Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 13, 2014 FBO #4584
SOLICITATION NOTICE

66 -- Brand Name or Equivalent, Purchase an instrument for quantitative real-time PCR

Notice Date
6/11/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
N02CP42536-83
 
Archive Date
7/11/2014
 
Point of Contact
Gwennifer K. Epps, Phone: 240-276-5445, Terry Galloway, Phone: 240-276-5384
 
E-Mail Address
eppsg@mail.nih.gov, gallowaytl@mail.nih.gov
(eppsg@mail.nih.gov, gallowaytl@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Cancer Institute (NCI), Division of Cancer Epidemiology and Genetics Branch (DCEG), Laboratory of Translational Genetics (LTG) has the requirement to procure the Brand Names: Qstudio7 FLX96WFAST Instdstp (1 each), FAST 96 Well Calibr Insta Kit (1 each), Real-time PCR APP Training QST (1 each), VII 7 384-well block upgrade (1 each), 384 Calibration Install Kit (1 each), VIIA 7Array card block upgrade (1 each), Array Card Calibration Install (1 each), Taqman Array Bucket Clip (1 each), Quant Studio 12K Flex Robot (1 each), Microamp Fast Optical 96 Well (2 each), Microamp Optical 384 - Well Plate (1 each), Microamp Optical Adhesive Cover, Pk/100 (10 each), Microamp Clear Adhesive Film, (10 each), TF TaqMan Gene ExpressionX M Mix 10X5ML (2 each), FG Capillary Array 96X36CM (1 each), BigDye Terminator v3.1 Cycle Seq Kit (2 each), TaqMan RNASE P 96 Well Instrum (1 each), TaqMant RNASEP 384-W Veri. Plat (1 each), and a TaqMan Fast Advance MMix (1 each) from Government Scientific Source, Inc., Virginia, or Equal. 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 written solicitation will not be issued. 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; quotes are being requested and a written solicitation will not be issued. The combined synopsis/ solicitation number is: N02CP42536-83. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-66. The Government contemplates award of a Firm-Fixed Price contract. The Associated North America Industry Classification Code (NAICS) 334515 and the Business Size Standard are 500. It has been determined there are no opportunities to acquire green products or services for this procurement. The overall goal of NCI's LTG laboratory is to develop new approaches to the study of the genetic basis of cancer and its outcomes. Specifically, NCI is investigating the genetic basis of strong association signals identified in candidate gene association studies, loci identified by linkage analyses in high-risk families, or genome-wide association studies (GWAS), particularly the loci identified by the ongoing Cancer Genetic Markers of Susceptibility (CGEMS) program. The CGEMS program involves GWAS of several major cancers such as pancreatic, bladder and lung. The studies that follow will address the functionality of the at-risk variant. One of the approaches involves a genome wide expression analysis of tumor and normal tissues and cells to develop a comprehensive catalogue of gene expression in tumors and normal tissue. Expression levels will subsequently be compared to genomic variants (SNPs) to investigate if variants that increase the risk of cancer are accompanied with altered gene expression. This is one of the necessary steps to investigate the biological basis of the contribution of certain genetic variants to disease susceptibility. The salient characteristics of this instrument are as follows: 1. Be compatible with fast PCR chemistries. a. Ramp rate for the 384-well block should be 3o/sec for an average run time of 35 minutes. 2. Have an Excitation source that is an LED. a. Must be able to detect at least 5 non-overlapping emission channels to allow multiplexing. b. Emission channels must include detection of all of the following: i. Sybr green ii. FAM iii. VIC iv. ROX c. Dynamic range for detection must be at least 9 logs. 3. Allow easy exchange of blocks. a. No tools required. b. No need to realign or recalibrate instrument when changing the block. 4. Be compatible with Life Technologies TaqMan Arrays (384-well micro fluidic card). 5. Have an automated plate loading accessory to allow for continuous and unsupervised operation. 6. Proved software for set up and analysis for all members of LTG at no additional cost. a. Analysis software for gene expression analysis, genotyping, copy number analysis, and high resolution melt curve analysis will be included. b. When connected to the instrument, the software must allow real-time viewing of data. c. Data output files must be in.xls,.xlsx,.csv, or.txt format. 7. Fit within the existing space. a. Instrument + automation accessory must fit within: i. Length (or depth from wall) not greater than 84 cm. ii. Height not greater than 98 cm. iii. Width not greater than 112 cm. II. Delivery Contractor(s) shall deliver the item within 60 days after award to NIH/NCI Bethesda, Maryland 20892. The Contractor that receives the award will be provided with the complete mailing address and point of contact. Upon delivery, contractor must notify the NCI Contracting Officer's Representative (COR) to schedule the installation date and time. III. Installation To be carried out by the manufacturer and shall occur within approximately one week of delivery. IV. Payment Payment shall be made after delivery, installation, and successful operation of the camera parts. Payment authorization requires submission and approval of invoice to the NCI COR and NIH Commercial Accounts. QUOTATIONS ARE DUE: Thursday, June 26, 2014 at 11:00 am, EST. PROVISIONS AND CLAUSES: The following provisions and clauses will be incorporated by reference: 52.211-6 Brand Name or Equal (a) If an item in this solicitation is identified as quote mark brand name or equal, quote mark the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that quote mark equal quote mark products must meet are specified in the solicitation. (b) To be considered for award, offers of quote mark equal quote mark products; including quote mark equal quote mark products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate quote mark equal quote mark products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an quote mark equal quote mark product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items: The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the proposal. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 52.212-3 Offerors Representations and Certifications Commercial Items (December 2012) WITH DUNS NUMBER ADDENDUM (52.204-6 (April 2008)): 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. 52.247-34 FOB Destination 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items (January 2014). The following additional FAR clauses cited in this clause are applicable: (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402) 52.203-13, Contractor Code of Business Ethics and Conduct 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-28 Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.223-15, Energy Efficiency in Energy-Consuming Products 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-1 Buy American Act - Supplies 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act 52.225-5 Trade Agreements 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.246-2 Inspection of Supplies-Fixed Price Full text copies of the representations and certifications for other cited provisions and clauses many be obtained on line at the NCI website at http://rcb.cancer.gov/rcb-internnet/index.jsp or from Gwennifer Epps, Contracting Officer at eppsg@mail.nih.gov. Quotations must be received in the NCI-OA contracting office by 11:00 a.m. EST on June 26, 2014. Please refer to the solicitation number N02CP42536-83 on all correspondence. No collect calls will be accepted. Faxed or electronic mail quotations will NOT be accepted. OFFERORS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror's Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA) through sam.gov. All questions shall be in writing and may be addressed to the aforementioned individual noted above. No collect calls will be accepted. In order to receive an award, contractor must be registered and have valid certification in the Central Contractor Registration (CCR) and the Online Representation and Certifications Applications (ORCA) through sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02CP42536-83 /listing.html)
 
Place of Performance
Address: National Cancer Institute, Laboratory of Translational Genetics, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03391557-W 20140613/140611234624-935ca457e5620069d48b0d7da33d9a86 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.