MODIFICATION
68 -- Chemicals
- Notice Date
- 11/8/2012
- Notice Type
- Modification/Amendment
- Contracting Office
- 6011 Executive Blvd., Rockville, MD 20852
- ZIP Code
- 20852
- Solicitation Number
- NIH2013-OD-399
- Response Due
- 11/19/2012
- Archive Date
- 5/18/2013
- Point of Contact
- Name: Carol Hayden, Title: Contract Specialist, Phone: 3014023340, Fax: 3014027494
- E-Mail Address
-
haydenc@od.nih.gov;
- Small Business Set-Aside
- N/A
- Description
- AMENDMENT NOTICE: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 NIH2013-OD-399 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-61. The associated North American Industrial Classification System (NAICS) code for this procurement is 325180 with a small business size standard of 1,000.00 employees.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-11-19 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Gaithersburg, MD 20877 The DHHS NIH National Institute of Health requires the following items, Exact Match Only, to the following: LI 001, GUANIDINE HYDROCHLORIDE 20 BT NSN: 6810004928019 Description: GUANIDINE HYDROCHLORIDE 500 GRAMS, REAGENT, CRYSTAL, ULTRA PURE FOR PROTEIN DENATURATION, SCHWARZ/MANN #820539 OR BETHESDA RESEARCH LABORATORIES #15502016, THE SUPPLIER SHALL PERFORM THE FOLLOWING TEST ON THE ABOVE ITEM, 1. RIBONUCLEASE TEST, 2. PROTEASE TEST, 3. DEOXYRIBONUCLEASE TEST, ALL TESTS (3-EACH) SHALL BE PERFORMED IN ACCORDANCE WITH GOVERNMENT FURNISHED PROCEDURES, TEST RESULTS SHALL BE ATTACHED TO EACH CONTAINER SHIPPED, BRANDS OTHER THAN SPECIFIED SHALL BE EVALUATED AND APPROVED PRIOR TO PURCHASE, SHALL BE PACKED IN A PLASTIC BOTTLE, UI: BT\ STDPG: 10 BT/CS\, 20, bt; LI 002, UREA ULTRA PURE 5 LB 6 CO NSN: 6810005191493 Description: UREA ANALYZED REAGENT, POWDER, ULTRA PURE, 5 LB. CARTON/CONTENTS IN PLASTIC BAG ALL TEST (3-EACH) SHALL BE PERFORMED INACCORDANCE WITH GOVERNMENT FURNISHED PROCEDURES. TEST RESULTS MUST BE ATTACHED TO EACH CONTAINER. UI: \ STDPG: 6 CO/CS\, 6, co; LI 003, Novex Tris-Glycine SDS Running Buffer (10X) NSN: 681000L060075 Description: Novex Tris-Glycine SDS Running Buffer (10X): Novex Tris-Glycine polyacrylamide gel chemistry is based on the Laemmli system (1) with minor modifications for maximum performance in the pre-cast format. These gels do not contain SDS and can therefore be used to accurately separate both native Moreand denatured proteins. Novex? Tris-Glycine Gels provide reproducible separation of a wide range of proteins into well-resolved bands. Formulation: Novex? Tris-Glycine Gels are made with high-purity, strictly quality-controlled reagents: Tris base, HCl, acrylamide, bisacrylamide, TEMED, APS, and highly purified water. Invitrogen #LC2675., 35, bt; LI 004, NuPAGE MES SDS Running Buffer (for Bis-Tris Gels only) (20X) NSN: 681000L060077 Description: NuPAGE MES SDS Running Buffer (for Bis-Tris Gels only) (20X): NuPAGE Novex Bis-Tris Gels provide the best separation and resolution of small- to medium-sized proteins by utilizing a neutral pH environment which minimizes protein modifications. Use NuPAGE Novex Bis-Tris Gels for protein sequencing, mass spectrometry, and any other techniques where protein integrity is crucial. The NuPAGE System also provides the most efficient means for transferring proteins to membranes for subsequent analysis. Formulation: The NuPAGE System is based upon a Bis-Tris-HCl buffered (pH 6.4) polyacrylamide gel, with a separating gel that operates at pH 7.0. While NuPAGE Novex Bis-Tris Gels do not contain SDS, they are formulated for denaturing gel electrophoresis applications only. Invitrogen #NP0002., 35, bt; LI 005, NUPAGE 10% BT GEL NSN: 681000L060086 Description: NUPAGE 10% BT GEL 1MM 15 WELL PROVIDES SEPARATION AND RESOLUTION OF SMALL TO MEDIUM SIZED PROTEINS UTILIZING A NEUTRAL PH ENVIRONMENT WHICH MINIMIZES PROTEIN MODIFICATIONS. USES: PROTEIN SEQUENCING, MASS SPECTROMETRY, ASSAYS WHERE PROTEIN INTEGRITY IS CRUCIAL, TRANSFERRING PROTEIN TO MEMBRANES FOR SUBSEQUENT ANALYSIS. SHALL BE INVITROGEN CAT #NP0303BOX. UNIT OF ISSUE: BX/10GELS 16BX/CASE, 35, bx; LI 006, NUPAGE4-12% BT GEL NSN: 681000L060087 Description: NUPAGE NOVEX BIS-TRIS GELS PROVIDE THE BEST SEPARATION AND RESOLUTION OF SMALL-TO-MEDIUM SIZED PROTEINS BY UTILIZING A NEUTRAL PH ENVIRONMENT WHICH MINIMIZES PROTEIN MODIFICATION. STORE AT 4 TO 25c. SHELF LIFE IS 12 MONTHS. U/I: BX OF 10, STD PG: 16/CASE MANUF: INVITROGEN, 48, EA; LI 007, NUPAGE BT GEL 10% NSN: 681000L060088 Description: NUPAGE BT GEL 10% NUPAGE BT GEL, 10%, 1.5MM, 10 WELL. BIS-TRIS GEL PROVIDES SEPARATION AND RESOLUTION OF SMALL TO MEDIUM SIZED PROTEINS BY UTILIZING A NEUTRAL PH ENVIRONMENT WHICH MINIMIZES PROTEIN MODIFICATIONS. USES: PROTEIN SEQUENCING, MASS SPECTROMETRY, AND ANY OTHER ASSAYS WHERE PROTEIN INTEGRITY IS CRUCIAL, TRANSFERRING PROTEINS TO MEMBRANES FOR SUBSEQUENT ANALYSIS. SHALL BE INVITROGEN CAT #NP0315BOX OR EQUAL U/I: BX/10GELS, STANDARD PACKAGING: 16 BOXES PER CASE., 32, bx; LI 008, NUPAGE BT GEL NSN: 681000L060093 Description: NUPAGE BT GEL 4-12% NUPAGE BIS-TRIS GEL W/MES, 4-12%, 1.5 MM, 10 WELL, PROVIDE THE BEST SEPARATION AND RESOLUTION OF SMALL TO MEDIUM SIZED PROTEINS BY UTILIZING A NEUTRAL PH ENVIRONMENT WHICH MINIMIZES PROTEIN MODIFICATIONS. THESE HIGHPERFORMANCE GELS ALSO HAVE A ONE-YEAR SHELF LIFE WHEN STORED AT +4 TO 25 DEGREES C. CAN BE USED FOR PROTEIN SEQUENCING, MASS SPECTORMETRY AND ANY OTHER ASSAYS WHERE PROTEIN INTEGRITY IS CRUCIAL. SHALL BE INVITROGEN # NPO335 OR EQUAL, U/I: BX, STD PG: 10 GELS, 16 BOXES PER CASE., 32, bx; LI 009, BUFFER,PH 8.0,#15568-025 NSN: 681000L061162 Description: 1 M TRIS-HCI BUFFER: PH 8.0, 1 LITER, ULTRA PURE, PREMIXED AND PH-ADJUSTED SOLUTION, STORE IN COLD BOX, SHALL BE INVITROGEN #15568-025 OR EQUAL U/I: BT, STANDARD PACKAGING: 1 LITER BOTTLE, 6 BOTTLES PER CASE., 12, bt; LI 010, iBlot Transfer Stacks, Regular NSN: 681000L061234 Description: iBlot Transfer Stacks, Regular NC, U/I; Box of 10, SOLD AS 8 BOXES PER CASE, 16, EA; LI 011, NITROCELLULOSE MEMBRANE 0.2UM NSN: 681000L064819 Description: INVITROGEN MAKES BLOTTING EASIER BY PROVIDING A VARIETY OF PRE-CUT, PRE-ASSEMBLED MEMBRANE/FILTERPAPER SANDWICHES. A PROTEIN'S PROPERTIES (i.e., CHARGE, HYDROPHOBICITY, ETC.) AFFECT ITS ABILITY TO BIND TO MEMBRANE SURFACES. FINDING THE RIGHT MEMBRANE MAY REQUIRE EXPERIMENTING WITH YOUR SPECIFIC PROTEIN ON DIFFERENT MEMBRANES. STORE ALL MEMBRANES AT ROOM TEMPERATURE., MANUF: INVITROGEN, PN#LC2000, SHELF LIFE 24 MONTHS. U/I: PG OF 20, 10PGS/CASE, 10, EA; LI 012, PBS, 1X, PH 7.4 #P312-000 NSN: 681000L065391 Description: PBS (PHOSPHATE-BUFFERED ISOTONIC SALINE): 1X LIQUID, PH 7.4, FILTER STERILIZED, CONTAINS NO CALCIUM, STORE AT ROOM TEMPERATURE, SHALL BE INVITROGEN #10010-031, STD PG: 1000ML PLASTIC BOTTLE, 6 BOTTLES PER CASE., 198, bt; LI 013, PBS,1X,PH7.4, #10010-023 NSN: 681000L065396 Description: PBS (PHOSPHATE-BUFFERED ISOTONIC SALINE): 1X, PH 7.4, 500 ML BOTTLE, STORE AT ROOM TEMPERATURE, 9 MONTH SHELF LIFE, SHALL BE INVITROGEN #10010-023, U/I: BT, STD PG: 500 ML PER BOTTLE, 10 BOTTLES PER CASE., 730, bt; LI 014, SIMPLY BLUE LC6060 NSN: 681000L068200 Description: SIMPLY BLUE FAST, SENSITIVE, AND SAFE PROTEIN STAINING. SHALL BE INVITROGEN CAT #LC6060, STD PKG: BOTTLE, 12 BOTTLES PER CASE., 24, bt; LI 015, 1.2% E-GELS NSN: 681000L068202 Description: 1.2% E-GELS, BUFFERLESS PRE-CAST AGAROSE GELS FOR SEPARATION OF DNA FRAGMENTS BETWEEN 100BP AND 5KB. SHALL BE INVITROGEN CAT #G5018-01, STANDARD PACKAGING: 18/BX 4BX/CS, 8, EA; LI 016, E-GEL DOUBLE COMB NSN: 681000L068207 Description: E-GEL DOUBLE COMB 2%, CAT#G-6018-02, E-GELS ARE BUFFERLESS, PRECAST AGAROSE GELS. THE DOUBLE COMB E-GELS HAVE 2 ROWS OF 9 WELLS (8 SAMPLE & 1 MARKER)IN EACH ROW SPACED SO GELS CAN BE LOADED WITH AN 8 CHANNEL PIPETTOR. RUNS16 SAMPLES PER GEL. RUN LENGTH IS 2.9CM. SHALL BE INVITROGEN #G-6018-02 8/CS., 16, pg; LI 017, NUPAGE 4-12% NSN: 681000L068677 Description: NUPAGE 4-12% BT GEL, 1MM. NUPAGE NOVEX BIS-TRIS GELSHIGH PERFORMANCE GELS FOR SDS-PAGE THESE GEL PROVIDE THE BEST SEPARATION AND RESOLUTION OF SMALL TO MEDIUM SIZE PROTEINS BY UTILIZING A NEUTRAL PH ENVIROMENT WHICH MINIMIZES PROTEINMODIFICATION. THESE GELS ALSO HAVE A ONE YEAR SHELF LIFE WHEN STORED AT 14-25CELIMINATING THE WASTE OFTHROWING OUT EXPIRED GELS. SHALL BE INVITROGEN CAT# NP0322, U/I: BX, STD PG: 10 GELS PER BOX, 16 BOXES PER CASE., 16, bx; LI 018, NUPAGE 10%BT GEL NSN: 681000L068678 Description: NUPAGE 10%BT GEL 1MM, 10 WELL NUPAGE NOVEX BIS-TRIS HIGH PERFORMANCE GELS FOR SDS-PAGE. THESE GELS PROVIDE THE BEST SEPARATION AND RESOLUTION OF SMALL TO MEDIUM SIZED PROTEINS BY UTIUZING A NEATRAL PH ENVIROMENT WHICH MINIZES PROTINS MODIFICATIONS. THEY ALSO HAVE A ONE YEAR SHELF LIFE WHEN STORED AT 4*C TO 25*CELIMINATING THE WASTE OF THROWING OUT EXPIRED GELS. SHALL BE INVITROGEN CAT# NP0301BOX 10 GELS/BX, 16 BX/CS, 54, bx; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHHS NIH National Institute of Health intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHHS NIH National Institute of Health is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Deliveries should be made to the NIH Distribution Center located at 16050 Industrial Drive, Suite 300, Gaithersburg, MD 20877 between the hours of 7:30am to 3:30 pm Monday through Friday except Federal Holidays and when special arrangements are made with NIH Distribution Center in advance. Chemical deliveries should be made to Chemical Section and delivery tick marked "ATTN: CHEMICAL SECTION", All shipments shall be clearly marked with the order number visible on the packing/delivery ticket as well as the outer package/container. All items delivered under this order must be in accordance with the item description(s) standard packaging & marking requirements. All shipments must be bar coded. The bar code shall be 3-of-9 code as per the current Fed. Std. No. 123 and Military Standard, MIL-STD-I 189. The 13 digit National Stock Number for the specific item shall be marked below the bar code symbol. VENDORS MUST INCLUDE THEIR COMPANIES NAME ABOVE OR BELOW THE BAR CODE FOR EACH LABEL. ***NOTE: THE BAR CODE WHEN SCANNED SHOULD READ THE 13 DIGIT NATIONAL STOCK NUMBERS ONLY. NOMENCLAUTRE, HYPENS, DASHES, ASTERISKS, ECT. SHOULD NOT BE INCLUDED IN THE BAR CODE. A BRIEF ITEM DESCRIPTION CAN BE INCLUDED ON THE BABEL ABOVE OR BELOW THE BAR CODE FOR EACH LABEL. The standard pallet size for deliveries to the main warehouse area shall be 40" x 48" or 42" x 48" (4 way Pallet) stacked no more than 55" high and for the Chemical warehouse pallet size be 36"x40" (4 way pallet) stacked no more than 40" high. Ordered items must not be commingled on the pallet. A Report of Discrepancy (ROD) Standard Form 364 will be prepared for each item not confirming to item description, quantity, packaging, or other special provisions of the order. The vendor will be notified of any discrepancy and will be given 10 days to correct any discrepancy of notifying this office of a proposed alternative corrective action plan. Should there be a problem regarding a delivery as required by the terms and conditions or special provisions of the order, the vendor must contact the Purchasing Agent listed on the Record of Call at "P.A. Name" or in block 10 on the purchase order. If you are unable to reach the Purchasing Agent or need additional information contact OLM, SMD Supply Management Branch. Failing to comply with the terms and conditions or special provisions of the order will result in delays in receiving, acceptance, payment and may hinder future opportunities to provide supplies to the NIH Distribution Center. In addition to the Purchase Order Terms and Conditions, the following are special provisions applicable to all orders for delivery to the NIH Supply Center. 1. Deliveries should be made to the NIH Supply Center located at 16050 Industrial Drive, Suite 300, Gaithersburg, MD 20877, Tel: 301-496-9156 or 301-496-9157, between the hours of 7:30 am to 3:30 pm, Monday through Friday except Federal Holidays and when special arrangements are made with the NIH Supply Center in advance. Chemical deliveries should be made to Chemical Section and delivery ticket marked "ATTN: CHEMICAL SECTION". All shipments shall be clearly marked with the order number visible on the packing/delivery ticket as well as the outer package/container. 2. All items delivered under this order must be in accordance with the item description standard packaging and marking requirements. 3. All shipments must be barcoded. The bar code shall be 3-of-9 code as per the current Fed. Std. No. 123 and Military Standard, MIL-STD-I-189. The 13 digit National Stock Number for the specific item shall be marked below the bar code symbol. VENDORS MUST INCLUDE THEIR COMPANIES NAME ABOVE OR BELOW THE BAR CODE FOR EACH LABEL. *** NOTE: THE BAR CODE WHEN SCANNED SHOULD READ THE 13 DEIGIAL NATIONAL STOCK NUMBERS ONLY. NOMENCLATURE, HYPHENS, DASHES, ASTERISKS, ETC. SHOULD NOT BE INCLUDED IN THE BAR CODE. A BRIEF ITEM DESCRIPTION CAN BE INCLUDED ON THE LABEL, ABOVE OR BELOW THE BAR CODE FOR EACH LABEL. 4. The standard pallet size for deliveries to the main warehouse area shall be 40"x48" or 42"x48" (4-way pallet) stacked not more than 55" high and for the Chemical Warehouse pallet size shall be 36"x40" (4-way pallet) stacked not more that 40" high. Ordered items must not be commingled on the pallet. A Report of Discrepancy (ROD), Standard Form 364, will be prepared for each item not conforming to item description, quantity, packaging, or other special provisions of the order. The vendor will be notified of any discrepancy and will be given 10 days to correct any discrepancy notifying this office of a proposed alternate corrective action plan. Should there be a problem regarding a delivery as required by the terms and conditions or special provisions of the order, the vendor must contact the Purchasing Agent listed on the Order. If you are unable to reach the Purchasing Agent or need additional information, contact OLAO Supply Management Branch at 301-496-3395. Failing to comply with the terms and conditions or special provisions of the order will result in delays in receiving, acceptance, payment and may hinder future opportunities to provide supplies to the NIH Supply Center. To be considered for award, all Sellers must be manufacturer/ Federally authorized distributors of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the time frames specified by the Buyer on the award. Sellers may be required to provide documentation as proof of authorization to be considered for award. The Inventory Management Branch is responsible for maintaining a central distribution center which stocks various high usage items for use by the NIH scientific community. The requested item (s) have been evaluated and incorporated into the NIH inventory system to meet the specific needs of various medical laboratory research programs, and/or protocols. To deviate would introduce new variables which may compromise the outcome of the research and resulting in a greater expense to the NIH not only monetarily, but in accomplishment of advancements in research affecting the very well being of our nation. The time involved to develop standards of confidence in a product offered by another source could result in disruption of on-going research. Therefore, in accordance with FAR subpart 6.302, only one responsible source is available and no other type of supplies will satisfy the requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OoA/NIH2013-OD-399/listing.html)
- Place of Performance
- Address: Gaithersburg, MD 20877
- Zip Code: 20877
- Zip Code: 20877
- Record
- SN02927669-W 20121110/121108234644-15e6be381cfcc36d5138e46cbc4f2d74 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |