SOLICITATION NOTICE
68 -- HTS Multiplex Gene Expression Reagents for Continuing Gene Expression Studies
- Notice Date
- 8/13/2015
- Notice Type
- Presolicitation
- NAICS
- 325998
— All Other Miscellaneous Chemical Product and Preparation 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-NOI-15-690
- Archive Date
- 9/8/2015
- Point of Contact
- Lauren M. Phelps, Phone: 3015942490
- E-Mail Address
-
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- HTS Multiplex Gene Expression Reagents for Continuing Gene Expression Studies HHS-NIH-NIDA-SSSA-NOI-15-690 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. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA-SSSA-NOI-15-690 and the solicitation is issued as a PRE-SOLICITATION, NOTICE OF INTENT, to award a contract on a noncompetitive basis to Affymetrix, Inc. located at 3420 Central Expressway, Santa Clara, California 95051. REGULATORY & STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13--Simplified Acquisition Procedures, Subpart 13.106-1, only one responsible source and no other supplies or services will satisfy agency requirements, and FAR Part 12--Acquisition of Commercial Items 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73, dated August 5, 2015. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The associated NAICS code for this requirement is 325998 with size standard of 500 Employees. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The non-competitive determination is based upon the market research conducted as prescribed in FAR Part 10--Market Research, specifically the results of market research concluded the reagent required to continue ongoing scientific research is proprietary to its original manufacturer, Affymetrix, Inc., and can only be acquired from this company. 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. DESCRIPTION OF REQUIREMENT Background The National Center for Advancing Translation Sciences Division of Preclinical Innovation (NCATS DPI) is collaborating with the National Eye Institute to develop multiplex gene expression assays to monitor the differentiation stages of iPSC towards retina pigmental epithelial cells. To perform these assays, the NCATS DPI utilizes specific reagents within each protocol. Purpose and Objectives The purpose of this requirement is acquisition of HTS Multiplex Gene Expression Quanti Gene Plex Reagents to continue ongoing collaborative studies of retinal gene expression. To ensure continuity of science, only this Affymetrix, Inc. reagent is acceptable to meet the needs of this requirement. Project Description The Contractor shall provide the following: 1. One (1) QuantiGene Plex Reagent [Product Code QP9000]. The reagent components are Proteinase K, Lysis Mixture, Wash Buffer Components, SAPE Wash Bugger, 2.0 Pre-Amplifier and 2.02 Amplifier, Blocking Reagent, Label Probe, Label Probe Diluent, SAPE, SAPE Diluent. Additionally, three panels using 8-Plex, 9-Plex, and 8-Plex beads, respectively, shall be used. Each panel will enable the screening of 4000 wells. 2. The Contractor shall provide for shipping/delivery. Delivery may be made between the hours of 8:00 AM and 5:00 PM EST Monday through Friday. Delivery/Period of Performance Delivery is required within two weeks after contractor receipt of award. Contract Type A firm fixed price purchase order with NET30 invoicing terms is anticipated. RESPONSE INSTRUCTIONS 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; and maintenance availability. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) 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 lowest price technically acceptable. Technical acceptability shall be based on the following: 1. The Contractor must meet each of the project requirements detailed in this solicitation. 2. The Contractor must be able to meet or exceed the delivery schedule requirement (delivery within 2 weeks or less). APPLICABLE TERMS AND CONDITIONS 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." CLOSING STATEMENT All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by the closing date of this announcement must reference solicitation number HHS-NIH-NIDA-SSSA-NOI-15-690. Responses may be submitted electronically to Lauren.Phelps@nih.gov and to NIDASSSAPurchaseRequ@mail.nih.gov. Fax responses will be accepted at (301) 480-1358. For information regarding this solicitation, contact Lauren Phelps by email at lauren.phelps@nih.gov or by phone at (301) 594-2490.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-NOI-15-690/listing.html)
- Place of Performance
- Address: Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN03838513-W 20150815/150814000509-41c4f9ca89ba7413aa5e58e09fbcf168 (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 |