SOLICITATION NOTICE
66 -- Brand Name or Equivalent, SpectraMax M3
- Notice Date
- 8/19/2014
- 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, Bldg 1050, Frederick, Maryland, 21702, United States
- ZIP Code
- 21702
- Solicitation Number
- N02RC42570-57
- Archive Date
- 9/10/2014
- Point of Contact
- Reyes Rodriguez, Phone: 240-276-5442, Seena Ninan, Phone: 240-276-5419
- E-Mail Address
-
reyes.rodriguez@nih.gov, ninans@mail.nih.gov
(reyes.rodriguez@nih.gov, ninans@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- I. Description of Requirement The NCI, CCR, Molecular oncology section (MOS) is dedicated to identifying new insights in the cell biology and molecular genetics of specific childhood cancers. Its goal is to identify signaling pathways use by childhood cancer cells for survival and signaling pathways use as by pass pathway to escape apoptosis when a single signaling branch is blocked. The acquisition of this instrument is necessary for research to measure multiple types of colorimatric, fluorophores, and luminescent endpoint and/or kinetic assay. The following features are necessary and unique to this particular instrument: • Performs Absorbance, Fluorescence (top and bottom) and Luminescence • Uses monochromator for all modes (no need for filters even for luminescence) • Upgradeable to Time-Resolved Fluorescence and Fluorescence Polarization and htrf certification • When upgraded, it will continue to use monochromators for all modes • Has a built in cuvette port that can be used for Absorbance, Fluorescence and Luminescence • Can read 6 - 384 well plates • Utilizes AutoPMT and can read a plate using all 3 gain settings within a single plate read (no need to reread) • Has path length correction • Uses SoftMax Pro data analysis and data acquisition with built in Parallel Line Analysis and 5 Parameter Curve fitting • Thermal regulation from ambient +2 to 60 degrees C • Xenon flash lamp for longer lamp lifetime, greater consistency, and reliability. • Dual monochromators for tunable FI and abs without need to purchase external filters. • Reader has both top and bottom reading optics for cell based assay. • Reader has a 4nM abs bandwidth for superior peak resolution and increased accuracy and 9nM excitation and emission for improved resolution. • Read up to four excitation and emission wavelength pairs in a single operation for multi-fluorophore assay. • Must include at least a 12 months warranty on parts and labor. II. Delivery Contractor(s) shall deliver the item within sixty (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 and Training To be carried out by the manufacturer and shall occur within approximately one week of delivery. IV. Payment Payment shall be made after delivery, assembly, installation, and successful operation of the instrument. Payment authorization requires submission and approval of invoice to the NCI COR and NIH Commercial Accounts. QUOTATIONS ARE DUE: August 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. 52.212-3 Offerors Representations and Certifications Commercial Items (November 2013) WITH DUNS NUMBER ADDENDUM (52.204-6 (July 2013): 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 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards 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 52.219-8 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 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-37 Employment Reports on Veterans 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 System for awards Management 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels 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 Reyes Rodriguez, Contract Specialist at reyes.rodriguez@nih.gov. Quotations must be received in the NCI-OA contracting office by 11:00 a.m. EST on August 26, 2014. Please refer to the solicitation number N02RC42570-57 on all correspondence. Faxed or electronic mail quotations will 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. 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/FCRF/N02RC42570-57/listing.html)
- Place of Performance
- Address: TBA, United States
- Record
- SN03470120-W 20140821/140819235312-ba3592039ee9e5c2ebea26060f58d5ff (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 |