Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2015 FBO #5013
SOLICITATION NOTICE

66 -- Digital Single-Molecule ELISA System for Disease Biomarker Measurement Efforts

Notice Date
8/13/2015
 
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 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-15-716
 
Archive Date
9/9/2015
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Digital Single-Molecule ELISA System for Disease Biomarker Measurement Efforts Competitive Combined Synopsis/Solicitation HHS-NIH-NIDA-SSSA-CSS-15-716 INTRODUCTION 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-15-716 and the solicitation is issued as a request for quotation (RFQ). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516 with a Size Standard of 500 Employees. SET-ASIDE STATUS This acquisition is 100% set-aside for small businesses. ACQUISITION AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures and FAR Part 12-Acquisition of Commercial Items, and 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 2005-83, dated August 5, 2015. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Background The National Institute of Neurological Disorders and Stroke (NINDS) Neuro-immunological Disease Unit (NDU) works to gain understanding of the mechanisms that participate in central nervous system injury and those that have neuro-protective functions and mediate repair in order to develop effective therapies for human neuro-immunological diseases, especially multiple sclerosis (MS). Purpose The purpose of this requirement is acquisition of an equipment/technology that allows determination of specific protein(s) at the single molecule level(s), e.g. by digital single-molecule enzyme linked immunosorbent assay ELISA system, for the purpose of analyzing biomarkers in the cerebrospinal fluid towards developing new, clinically-relevant biomarker assays for multiple sclerosis and other neuro-inflammatory diseases. Project Requirements The NINDS NDU requires one (1) digital single-molecule ELISA system that must meet the following requirements: 1. The system must have a lower limit of detection at the single molecule level (fM range) and ≥4 log linear range. 2. The system must have the ability to multiplex. At a minimum, the system must be able to analyze at least two analytes simultaneously. Analysis of 6-10 simultaneous analytes is preferred. 3. The system must be a closed system, in compliance with FDA regulations for development of biomarkers as companion diagnostics. It must also be an open platform system that allows for "home brew" assays (i.e. development of assays other than those that are commercially available). 4. The system must provide an analytical precision of CV<15%. The contractor shall provide for any shipping and delivery costs (FOB Destination with inside delivery) as well as equipment training for four (4) NINDS employees. Period of Performance The Contractor shall deliver and install the required equipment within 14 weeks after receipt of order. The equipment shall be delivered between the hours of 8:00 AM to 5:00 PM, Bethesda, MD local prevailing time, Monday through Friday. Contract Type The Government intends to issue a firm fixed price purchase order for this requirement. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a purchase order resulting from this solicitation on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price. The technical evaluation factors are as follows, in order of importance: 1. Factor 1: Technical Approach The Offeror shall detail in its technical proposal how it shall meet each of the project requirements. This shall include detailed specifications of the offered equipment and its capabilities. Technical approach shall be evaluated to determine whether the proposed equipment meets each of the above-detailed project requirements. The Government shall particularly evaluate for system ability to multiplex and analyze multiple analytes simultaneously 2. Factor 2: Delivery The Offer shall detail in its technical proposal how it shall meet the delivery, installation, and training requirements. The Government shall particularly evaluate for ability to meet and exceed delivery schedule requirements. Quotations must include a delivery lead time. Price Evaluation When evaluating price, the Government shall evaluate the price of the equipment, delivery, installation, and training, as well as the cost of use of the equipment. To evaluate the cost of use, the Government shall evaluate the cost of all reagents required to analyze 1 protein in 100 samples. Contractors must provide an estimated cost of all reagents required to analyze 1 protein in 100 samples with their quotations. RESPONSE FORMAT Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The offeror must submit 1) a technical response and 2) a separate price quotation as well as 3) an attachment detailing estimated costs of reagents required to analyze 1 protein in 100 samples. The technical response should be prepared in reference to the evaluation criteria identified in this solicitation and may be up to twelve single-sided pages. The price quotation must include the requirements listed above as well as associated pricing. Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." APPLICABLE CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE The following FAR clauses and provisions shall apply to this solicitation: 1. All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (April 2014), applies to this acquisition. 3. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (March 2015), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 4. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2015) apply to this acquisition. 5. 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." NOTE 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. CLOSING STATEMENT All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-15-716. Responses shall be submitted electronically via email to Lauren Phelps, Contract Specialist, at lauren.phelps@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-15-716/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03838400-W 20150815/150814000353-2fadd3148537a0a693d84ab9713aedcd (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.