Posted: May 14, 2024, 4:22 p.m. EDT
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 75D30124Q77700 Pipette Calibration and is issued as a Request for Quote (RFQ). This RFQ document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2024-03 (FEB 2024). This is an open market SMALL BUSINESS SET-ASIDE OPPORTUNITY. The NAICS for this requirement is 811490 and the small business size standard is $8 million. The services to be performed by this contract are for the repair and calibration of Government-owned various and numerous identified pipettes. The services are comprised of tasks outlined in the attached RFQ. Date(s) and place(s) of delivery and acceptance are identified in the RFQ. Provision at FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial, per the items below(per the RFQ):
ITEM
SUPPLIES / SERVICES
QTY / UNIT
0001
8 Channel pipette
8 Channel Multi Pipette Calibration
Service Offering: Certificate with Data
As Found: 2x3
Inspection and Preventative Maintenance: Yes
As Left: 2x5
Custodial Account #: 93202
24 Each
0002
12 Channel pipette
12 Channel Multi Pipette Calibration
Service Offering: Certificate with Data
As Found 2x3
Inspection and Preventative Maintenance: Yes
As Left: 2x5
Custodial Account #: 93202
5 Each
0003
Single and Repeat Pipette
Single Channel Multi and Repeater Pipette Calibration
Service Offering: Certificate with Data
As Found: 2x3
Inspection and Preventative Maintenance: Yes
As Left: 2x5
Custodial Account #: 93202
318 Each
0004
Estimate for repairs and parts
Estimate for additional repairs and or parts
Custodial Account #: 93202
15 Each
Task 1: Pipette Calibration
- Pipettes All pipettes shall be calibrated current according to ANSI/NCSL Z540-1 and ISO/IEC 17025:2017 standards for accuracy and precision. The method of calibration should be based upon the current ISO 8655 standards for gravimetric calibrations unless this is different from the manufacturer's recommendation. This applies to both air displacement pipettes, positive displacement pipettes, single and multichannel pipettes and manual and automated pipettes.
- Contractor shall coordinate with the points of contact to schedule onsite calibration times for each laboratory group within CEMB.
- The contractor shall label each pipette calibrated with labels indicating the calibration status.
Task 2: Documentation
- Documentation is a key component of the calibration contract and the contractor shall provide detailed documentation in accordance with their business practices to satisfy the requirements of this contract. An ISO 17025 compliant certificate of calibration shall be issued to the laboratory for each piece of equipment calibrated.
- The contractor shall provide as documentation for the government the processes, procedures, and method of calibration that will be provided for the calibration of the pipettes. Method of calibration should be by manufacturer recommendation or where no manufacturer recommendation exists an approved industry standard. In all cases, calibrations shall be compliant with current ISO 17025 requirements.
Task 3: Repair
- The contractor shall provide repair services for any pipette found to be damaged or defective during calibration, including the replacement of worn parts.
- Original manufacturer's parts are preferred for replacements but are not required. Before undertaking any repair that does not use original manufacturer's parts, the Government must approve the Contractor's vendor list for all repair parts to be used.
- Before undertaking repairs estimated to exceed $1200 in costs for parts and labor, the Contractor shall provide a cost estimate to, and obtain approval from, the Contracting Officer's (CO).
- The costs of parts and labor for repairs shall be invoiced to CDC on a time-and-materials basis.
- When applicable, the contractor shall provide the parts and labor necessary to repair Pipette equipment on site unless extenuating circumstances require equipment to be shipped to an offsite facility. For all off-site calibrations a maximum turnaround time of 5 calendar days must be adhered to. If 5 calendar days cannot be obtained, the contractor must notify the COR and the lab point of contact as soon as the knowledge for meeting the deadline is determined and must maintain documentation for the actual time frame of the delivery.
- In the event equipment cannot be repaired on site, the contractor shall provide a clear justification to the COR and end user and documentation will be provided...per the attached RFQ
Services, applies to this acquisition. A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services is to be included with an offer. Clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. Clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. The Centers for Disease Control and Prevention (CDC) intends to award a firm-fixed-price contract for subject requirement, in accordance with the RFQ to the lowest price, technically acceptable bid. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the System for Award Management. To register, apply via the Internet at www.sam.gov. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at www.acquisition.gov/far. All bids must be received no later than 5:00pm Eastern on May 15, 2024. Any bid and all questions must be submitted in writing and should be directed to Gary Morgan at gmorgan1@cdc,gov. Delivery by 5/31/2024
Attachment:
1. RFP 75D30124Q77700
Ammend with Q&A:
Question for you regarding the number of readings per pipette.
My standard ISO/IEC 17025:2017 paperwork for single channels are 3 volumes(10%/50%/100%) by 4 readings each or 2 volumes (10%/100%) by 4 readings each. I can provide the 2x5 readings that you are asking for, but that would be off my PipetteNET database which you might really find necessary on your end. PipetteNET is a cloud-based data system I created that shows the records of your pipettes, list of your pipettes and provides 24/7 access to your certificates if you were in need to print or download them last minute due to an audit.
If not, I can provide you 2x5 single and multi-channels for both "As Found" and "As Left".
Here is what I found out:
The 2x5 single and multi-channels for both "As Found" and "As Left" is sufficient for our needs we do not need access to the vendor's PipetteNET database just need provided either digital or printed reports.
Posted: May 9, 2024, 4:42 p.m. EDT
Background
The mission of Division of Healthcare Quality Promotion (DHQP) is to protect patients; protect healthcare personnel; and promote safety, quality, and value in both national and international healthcare delivery systems. DHQP is a part of the National Center for Emerging and Zoonotic Infectious Diseases (NCEZID), at the Centers for Disease Control and Prevention (CDC). DHQP is composed of nine (9) branches/office/programs which include the Office of the Director (OD), the Surveillance Branch (SB), the Prevention and Response Branch (PRB), the Immunization Safety Office (ISO), the International Infection Control Branch (IICB), the Epidemiology Research and Innovations Branch (ERIB), the Health Systems Strengthening, Resilience and Training Branch (HSSRTB), the Medical Product Safety Branch (MPSB), and the Clinical and Environmental Microbiology Branch (CEMB).
The Clinical and Environmental Microbiology Branch (CEMB) provides reference antimicrobial susceptibility testing; provides reference identification services for anaerobes, staphylococci and related genera, and the non-tuberculous mycobacteria (excluding M. tb complex, M. leprae, and M. ulcerans); provides environmental hygiene consultations, environmental sampling and laboratory assistance for the investigation of outbreaks and other adverse events in healthcare settings; maintains surveillance programs for important, healthcare-associated bacterial pathogens, such as MRSA, C. diff, and antibiotic resistant Gram- negative bacteria, including carbapenem-resistant Enterobacteriaceae (CRE); develops methods to detect pathogenic bacteria on healthcare surfaces, water, and devices; supports CDC’s Antimicrobial Resistance Laboratory Network; manages the AR Isolate Bank; utilizes new advanced molecular detection methods such as whole genome sequencing to detect novel and emerging AR microorganisms.
Work Details
The purpose of this contract is to provide NIST Traceable calibration services for pipettes used within CEMB laboratories. The CDC seeks to obtain 100% calibration compliance with ANSI/NCSL Z540-1 and ISO/IEC 17025:2017 standards to ensure accuracy of research. The contractor will be responsible for coordinating calibration schedules with laboratory points-of-contact, providing detailed documentation in accordance with ISO 17025 requirements, performing repair services for damaged or defective pipettes during calibration or preventative maintenance services.
Place of Performance
The principal place of performance will be at Building 17 of the CDC Roybal campus, located at 1600 Clifton Road, Atlanta, Georgia 30333.