SOLICITATION NOTICE
66 -- HHS-NIH-NIDA-(SSSA)-SS-20140-33
- Notice Date
- 3/5/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- HHS-NIH-NIDA-(SSSA)-SS-2014-033
- Archive Date
- 3/25/2014
- Point of Contact
- Debra C Hawkins, Phone: (301) 594-2178
- E-Mail Address
-
dh41g@nih.gov
(dh41g@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This acquisition is being conducted in accordance with the procedures of FAR Part 13-Simplified Acquisition Procedures, FAR Subpart 13.5-Test Program for Certain Commercial Items, and FAR Part 12-Acquisition of Commercial Items. (ii) The solicitation number is HHS-NIH-NIDA-(SSSA)-SS-2014-033 and the solicitation is issued as a pre-solicitation notice of intent to award a contract on a noncompetitive basis to Meso Scale Diagnostics, LLC, DBA Meso Scale Discovery, and 1601 Research Boulevard, Rockville, MD 20850. This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72, dated January 30, 2014. (iv) There are no set-aside restrictions for this requirement, the associated NAICS code 334516 - Analytical Laboratory Equipment Manufacturing and the small business size standard 500 employees. (v) This requirement is for the purchase of an Electrochemiluminescence Plate Reader manufactured by Meso Scale Diagnostics, LLC, DBA Meso Scale Discovery, and 1601 Research Boulevard, Rockville, MD 20850. (vi) The features essential to the Government's needs of the MESO QuickPlex® 120 Electrochemiluminescence Plate Reader are outlined below: • Electrochemiluminescence (ECL) Detection - MSD's ECL detection utilizes proprietary SULFO-TAG labels that emit light upon electrochemical stimulation initiated at the electrode surfaces of MULTI­ ARRAY® and MULTI-SPOT® micro plates through biomolecular interactions between the analyte and labeled reporter at the surface. • Sample Throughput • Non-fluidic, high-reliability instruments. All assay processing and readout steps take place in MSD's disposable plate-based format. No sample is transferred from the plate to the instrument and hence there are no complicated fluidics that may be prone to clogging and other failures. • Sample savings: Only 25 IJI of sample is needed. Other platforms lack the dynamic range and require dilutions that double or triple the number of experiments required for a given sample set. • Wide dynamic range: Electro-Chemiluminescence has a dynamic range that can be two-fold over any absorbance or fluorescence assay. Weak signals (obscured by background in other platforms) as well as strong signals (off-scale in other platforms) can be detected. • Simultaneous detection: Simultaneous detection of multiple signaling molecules allows testing a whole immune response with one tiny sample. • Higher sensitivity: Sensitivity is defined as signal divided by background (S/8). MSD is the best since the signal is the highest and the background the lowest. Higher signal comes from the sensitivity of tag detection (attomols of tag can be imaged reproducibly). The high capacity carbon electrode is optimized for high binding. Plastic plates cannot bind as much in an active form. Small defined "spot" concentrates material. Traditional coating of plates requires covering the entire bottom and the sides. Emission is in the red region of visible light. This reduces color quenching. • Lower background: No background comes from the orthogonal energy source (background from incident light plagues fluorescence assays). Only label near the electrode is detected. There is an equilibrium between "on" and "off" for all antibodies. In this platform, when antibodies are "off' and outside the electric field, they do not emit light. This is unique. No auto-Electro-Chemiluminescence or interferences • No washes needed: No wash assays allow for low affinity antibodies. Excessive washes often wash away what one is trying to measure. MSD only gets a signal from bound molecules. If they are outside the electric field they do not emit light. This is a unique proximal characteristic of the platform. • Single-use electrodes: Fixed electrodes embedded in flow cells get fouled and assay performance suffers. The burden of the fired electrode in MSD is a disposable, and therefore does not affect subsequent runs. MSD plates have an integrated electrode circuit that energized the label. No other micro titer plates have this feature. (vii) The anticipated delivery date is 30 - 60 days after contract award. The delivery point is F.O.B. Destination at the National Institutes of Health, National Institute on Neurological Disorders and Strokes, Neuroimmunology Branch, Neuroimmunological Diseases Unit, 10 Center Drive, Building 10, Room 5C103, Bethesda, MD 20892. (viii) The provision of FAR Clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) The provision at FAR Clause 52.212-2, Evaluation - Commercial Items applies to this acquisition. The responses will be evaluated on the specifications of the brand name product meeting the features of the product essential to the government's needs and price. (x) All Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. (xi) The provisions of FAR Clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) The provisions of FAR Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this acquisition. (xiii) There are no additional contract requirement(s) or terms and conditions necessary for this acquisition. (xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv) This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by March 10, 2014, 12:00 noon eastern standard time and must reference number HHS-NIH-NIDA-(SSSA)-SS-2014-033. Responses may be submitted electronically to Debra Hawkins at Debra.Hawkins@nih.gov or by U.S. mail to the National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisition Branch (SS/SA), 31 Center Drive, Building 31, Room 1B59, Bethesda, Maryland 20892-2080, Attention: Debra Hawkins. Fax responses will be accepted at (301) 480-1358. "All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency." (xvi) Contact Debra Hawkins at 301-594-2178 for information regarding the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHS-NIH-NIDA-(SSSA)-SS-2014-033 /listing.html)
- Place of Performance
- Address: National Institutes of Health, National Institute on Neurological Disorders and Strokes, Neuroimmunology Branch, Neuroimmunological Diseases Unit, 10 Center Drive, Building 10, Room 5C103, Bethesda, MD 20892, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03302990-W 20140307/140305234754-9a0acc64d3f4014d1fc8c36a07a346c0 (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 |