SOLICITATION NOTICE
67 -- EMCCD Camera
- Notice Date
- 4/13/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423690
— Other Electronic Parts and Equipment Merchant Wholesalers
- 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, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-CSS-2016-239
- Archive Date
- 5/10/2016
- Point of Contact
- Andrea McGee, Phone: 3014358781
- E-Mail Address
-
amcgee@nida.nih.gov
(amcgee@nida.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- EMCCD Camera HHS-NIH-NIDA-SSSA-CSS-2016-239 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, FAR Subpart 13.5--Test Program for Certain Commercial Items, and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA-(SSSA)-CSS-2016-239 and the solicitation is issued as a PRE-SOLICITATION, NOTICE OF INTENT, to award a contract on a noncompetitive basis with Hamamatsu 360 Foothill Road, Bridgewater, NJ 08807-0910 This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13--Simplified Acquisition Procedures, Subpart 13.5--Test Program for Certain Commercial Items, and Subpart 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements, and is 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 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 no other source of supply or service has access to the requirement in this acquisition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87, dated April 6, 2016. The associated NAICS code for this requirement is 423690, Other Electronic Parts and Equipment Merchant Wholesalers, size standard 100 employees Background The Tox21 group from Division of Preclinical Innovation (DPI) of ‘National Center for Advancing Translational Sciences' (NCATS) is requesting a new camera for the FDSS 7000 System from Hamamatsu. This system will be used to screen the Tox21 library collection consisting of 10,000 compounds against various targets. NTP and EPA agencies collaborated with NCATS for the ‘Toxicity testing in the 21st century' (Tox21) in order to replace the traditional animal toxicity testing methods with in vitro high throughput screening methods. Since its inception, Tox21 group has been involved in high throughput screening of various assays involving in studies of specific endpoints, signaling pathways, stress responses, and developmental toxicologies. There are two different types of detectors that have been currently integrated into the robotic system and had been performed all the above said assays to date. Now the Tox21 partners are interested and more focused towards kinetic cell-based assays, which include GPCRs, ion channels, and calcium ions assays, which are in increasing demand in areas such as lead discovery and pharmacology study. The currently available kinetic fluorescence/luminescence microplate reader is FDSS 7000 System. The FDSS (Functional Drug Screening System) is designed for cell-based assays in the drug discovery field. This system can detect intracellular reactions and biological signal transmissions and is capable of handling 1536-well assays. It is a stand-alone system integrated with powerful functions for cell-based kinetic assays, and capable of detecting a wide variety of fluorescent and luminescent phenomena utilizing 96, 384 and 1536 well plates. Purpose of the Requirement: The purpose of this acquisition is to procure an EMCCD Camera to be used in a FDSS 7000 Instrument with bracket for mounting and a hose set to connect chiller for ImageEM X2. Currently we have Hamamatsu FDSS 7000 instrument to perform kinetic cell-based assays that will be integrated onto a robotic screening platform. Some of the assays to be performed will involve the use of cardiomyocytes in a 1536 well plate format and to perform the necessary measurements on these cells we need a camera with a higher resolution to adequately capture the data. This requires replacing the camera installed with the instrument with a higher resolution camera. Project Requirements: Specifically the NCATS requires service contracts on the following: •C9100-23Bkit, EMCCD Camera, board and cable •A11667, Bracket where camera is mounted •A10788-04 Hose Set Anticipated Period of Performance •60 Days ARO Contract Type The Government intends to issue a firm fixed price contract for this requirement. 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. 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. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. 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 responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by April 25, 2016 at 4:00 pm, Eastern Standard Time (EST) and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-2016-239. Responses may be submitted electronically to amcgee@mail.nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), 31 Center Drive, Building 31, Room 1B59, Bethesda, Maryland 20892-2080, Attention: Andrea McGee. Fax responses will be accepted at (301) 480-1358. For information regarding this solicitation, contact Andrea McGee by email at amcgee@mail.nih.gov or by phone at (301) 435-8781.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-2016-239/listing.html)
- Place of Performance
- Address: 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN04082970-W 20160415/160413234636-fd0aa1190364b948af3e31cb2bbfebcd (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 |