SOLICITATION NOTICE
66 -- Instruments & Laboratory Equipment / Digital PCR System
- Notice Date
- 6/10/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, Maryland, 20817
- ZIP Code
- 20817
- Solicitation Number
- NIAID-NOI-13C-1631963
- Archive Date
- 7/10/2013
- Point of Contact
- James H Kish, Phone: 301-402-2282, Tonia L Alexander, Phone: 301-402-2282
- E-Mail Address
-
kishj@niaid.nih.gov, talexander@niaid.nih.gov
(kishj@niaid.nih.gov, talexander@niaid.nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined Synopsis/Solicitation/Notice of Intent for commercial items prepared in accordance with the format of FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are not being requested, and a written solicitation will not be issued for the solicitation number NIAID-NOI-13C-1631963, Notice of Intent. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-66, dated April 1, 2013. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a small business set-aside. The associated North American Industry Classification System (NAICS) Code is 334516, which has a size standard of 500. The National Institute of Allergy and Infectious Diseases (NIAID) intends to procure on a sole source basis from RainDance Technologies: 1) RainDrop Digital PCR System, #20-04400, qty-1; and 2) RainDrop 96 Sample Consumable kit, #20-04410, qty-1. The system must be capable to perform up to 10,000,000 (10 million) picoliter-volume PCR reactions, each reaction being ~5 picoliters, ability to detect 1 mutation among 200,000 wildtype molecules (with a minimum of 1.6 ug DNA), ability to conduct up to 10 tests on the same sample using the single molecule multi-color detection technique, have a 'Closed tube' design and workflow to eliminate contamination or carryover and prevent sample loss, be compatible with genomic DNA, fresh frozen or FFPE tissue DNA, LCM and cDNA. The system must have the ability to process up to 16 lanes per hour with 25 uL sample volume, have walk away operation, at least 8 well sample input and output positions, have an Integrated imaging hardware and image analysis software capable of capturing 15 frames per second for real-time analysis of droplet generation and processing, have a positive pressure closed loop control system for generating ~5 picoliter aqueous droplets in oil at rates up to 10 kHz, and process up to 24 lanes per day (<10 million droplets/lane). RainDance Technologies is the only known company that uses high-throughput picodroplet-based analysis in human health and life science research. Delivery shall be 45 days from date of award to Bethesda, Maryland 20892. The following factors should be used to evaluate offers: 1) capability to meet the salient characteristics, 2) price, and 3), delivery. The Government will award a fixed price purchase order to the responsible contractor. The FOB point shall be Destination. The following Federal Acquisition Regulations provisions and clauses apply to the acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items; Far 52.212-2 Evalutaion Commercial Items; Far 52.212-3 Offeror Representation and Certifications Commercial Items; 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; and FAR 52.232-33, payment by Electronic funds Transfer-Central Contractor Registration (Oct 2003). A completed copy of provisions at FAR 52.212-3 Offerors Representation and Certifications Commercial Items must be included which can be online at System for Award Management (SAM) https://www.sam.gov. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. [Note: Lack of registration in the SAM will make an offeror ineligible for award.] Copies of the aforementioned clauses are available upon request by telephone to James Kish at (301) 402-2282. All responsible sources may submit offers that will be considered by this agency. Offers must be submitted no later than 5:00 p.m. Eastern Daylight Savings Time (EDST), Tuesday, June 25, 2013 through the U.S. Postal Service, at the address of NIH/NIAID/AMOB, 10401 Fernwood Road, Room 2NE52F, Bethesda, MD, 20892-4811. Email and fax submissions are not acceptable. Requests for information concerning this requirement are to be addressed to James Kish at 301-402-2282. Collect calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAID-NOI-13C-1631963/listing.html)
- Place of Performance
- Address: National Institutes of Health, NIAID, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03084611-W 20130612/130610235549-75340b919404a6d6e40ed60ed09ae022 (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 |