Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2014 FBO #4646
SOLICITATION NOTICE

66 -- Human cell enrichment kits

Notice Date
8/12/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-14-534
 
Archive Date
9/2/2014
 
Point of Contact
Hunter A. Tjugum, Phone: 301 435 8780, ,
 
E-Mail Address
hunter.tjugum@nih.gov, NIDASSSAPurchaseRequ@mail.nih.gov
(hunter.tjugum@nih.gov, NIDASSSAPurchaseRequ@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
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. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-14-534 and the solicitation is issued as a Request For Quotation (RFQ). This acquisition is for a commercial service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. Any resultant purchase order resulting from this solicitation is not expected to exceed the Simplified Acquisition Threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76, dated 25 JULY 2014. The associated NAICS code is 339112- Surgical and Medical Instrument Manufacturing with associated small business size standard 500 employees. This requirement is released on an unrestricted basis. DESCRIPTION Background: The National Institute on Aging (NIA), one of the 27 Institutes and Centers of NIH, leads a broad scientific effort to understand the nature of aging and to extend the healthy, active years of life. The Intramural Research Program (IRP) of the National Institute on Aging (NIA) provides a stimulating setting for a comprehensive effort to understand aging through multidisciplinary investigator-initiated research, in this regard. The Laboratory of Neurogenetics at NIA in the IRP is tasked with finding the genes and gene mutations that cause or contribute to neurological disease. These discoveries allow the transfer of those genes and mutations into cells in order to make a model which helps the field to better understand disease processes. As more is understood about the disease progression additional models can be used to test therapies. The NIA, IRP requires a contractor to supply enrichment cell kits to be used for separating cells from existing ongoing research at the IRP. The laboratory cell isolation kits will be used to separate different cell subpopulations from pheresis blood packs. Ongoing research for which this requirement may be needed is part of the existing human lymphocyte cross-sectional analysis project with NIA, IRP officials. Product will be used to define the transcriptome proteome and epigenome of ten major subsets of immune cells present in human peripheral blood. Cross-sectional analysis will be conducted on 60 individuals ranging in age from the second decile to the eighth decile. The data obtained via use of the subject supply will be used to develop algorithm that can be applied for longitudinal analysis of mixed peripheral blood mononuclear cells. Applicable human cell enrichment kits for which product is required includes human CD4 plus T cell (18 kits), human CD8 plus T cell (28 kits), human monocyte without CD16 depletion (10 kits), and human B cell (18 kits). Quantity supplied needs to be applicable to 1 x 10e9 cells. All deliveries must be made FOB destination to 251 Bayview Blvd; Baltimore, MD, 21224. INSTRUCTIONS TO OFFERORS Offerors may respond with a quotation indicating their ability to provide the technical requirements stated in this solicitation. Pricing proposals shall indicate the unit price of the supplies specified in this solicitation, including shipping cost and estimated time of delivery after receipt of order. Responses will be evaluated based on contractor's ability to fulfill the technical requirements stated in this notice and on ability to deliver required supplies. 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. Responses to this RFQ must not exceed 15 pages in length and be submitted in Microsoft Word or searchable PDF format in a font size of 11 or 12 point and font type of Arial or Times New Romans. Margins must be 1-inch wide (top, bottom, left, and right). Responses must references this solicitation number and include the name of the contractor. Pages in excess of the specified page limit will not be considered or evaluated. The following FAR provisions shall apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial Items, 52.212-2, Evaluation--Commercial Items. Evaluation factors that will be used to evaluate the offer most advantageous to the Government, price and other factors considered, include ability to meet the technical requirements stated in this pre-solicitation and on basis of best value to the government. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. The Clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and the Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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 no later than the response deadline indicated on August 18, 2014, 12:00 pm Eastern time. Late responses will not be accepted. All responses must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-14-534. Responses may be submitted electronically to Hunter.Tjugum@nih.gov and to NIDASSSAPurchaseRequ@mail.nih.gov. Fax responses will be accepted at (301) 480-1358. For information regarding this solicitation, contact Hunter Tjugum by email at hunter.tjugum@nih.gov or by phone at (301) 435-8780.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-14-534/listing.html)
 
Record
SN03461550-W 20140814/140813022112-148a19f03182e8a08974d08cd6f7bad7 (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.