SOLICITATION NOTICE
66 -- Liquid Handling System
- Notice Date
- 9/9/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- NHLBI-CSB-HL-2016-281-JML
- Archive Date
- 10/4/2016
- Point of Contact
- Jonathan M. Lear,
- E-Mail Address
-
john.lear@nih.gov
(john.lear@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Description: The NHLBI Division of Intramural Research (DIR) Laboratory of Transplantation Genomics requires the purchase of a liquid handling system to automate the process of nucleic acid library preparation for five (5) extramural site research protocols which target heart and lung transplant recipients. Additionally, this liquid handler will be used to prep nucleic acids for next generation sequencing for numerous intramural collaborations. Next generation sequencing of cell-free DNA, genomic DNA, and mitochondrial DNA are among the nucleic acids of interest which are required for answering the primary and secondary endpoints of the Genome Transplant Dynamics study. Numerous intramural investigators have contacted the Laboratory of Transplantation Genomics regarding a mutual interest in investigating questions surrounding detection, diagnosis, and clinical utility of solid and liquid organ transplant rejection alike. Considering the volume of samples from the five (5) extramural medical centers involved in the Genome Transplant Dynamics study, as well as the growing intramural interest in collaborating with the Laboratory of Transplantation Genomics on the potential uses of cell free DNA technology, the NHLBI DIR requires the use of an additional liquid handling system. (i)This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. (ii)The solicitation number is NHLBI-CSB-HL-2016-281-JML and the solicitation is issued as a request for quote (RFQ). (iii)The solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89-1 effective August 15, 2016. (iv) The associated NAICS code is 334516, Analytical Laboratory Instrument Manufacturing, and the small business size standard is 1,000. The acquisition is being conducted in accordance with the procedures of FAR Part 12 and FAR Part 13. (v)The contractor requirements are listed below: (vi)The contractor shall provide a liquid handling system that meets the following specifications: -The liquid handler must be able to set up PCR plates (96 well and 384 well); -On board PCR - thermocyclers for PCR must be on deck; -Must be able to normalize samples to specified concentrations; -Must be able to track tips used for individual samples; -Tips for the system must be reusable; -Must be able to aliquot reagents to and from 96 well plates, reservoirs, and conical tubes (1.5 ml, 15 ml, and 50 ml); -14.5 ANSI / SBS position worktable; -Completely contained outer housing for user and sample protection; -Optical confocal infrared sensor to provide contact free detection of liquid levels, tools used, tips and tip types, labware setup, and quantities by means of measuring light reflection of surfaces; -Integrated thermo-mixer to facilitate mixing and temperature control in one location; -Touch screen computer for controlling the software and system functions. (vii)Delivery Date: The contractor shall provide the system within ninety (90) days of the receipt of the award to the following address: National Institute of Health, NHLBI 50 South Drive, Room 4249 Bethesda, MD 20892 (viii)The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix)The provision at FAR clause 52.212-2, Evaluation - Commercial Items, is applicable. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: The contract award shall be made to the lowest price technically acceptable offeror who can provide a liquid handling system that meets all the specifications listed above. (x)FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is applicable. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (p) of this provision. (xi)FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii)FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Including the following clauses and Prohibitions: i.52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-28, Post Award Small Business Program Representation ii.52.233-3, Protest After Award iii.52.233-4, Applicable Law for Breach of Contract Claim iv.52.222-3, Convict Labor v.52.222-21, Prohibition of Segregated Facilities vi.52.222-26, Equal Opportunity vii.52.222-36, Equal Opportunity for Workers with Disabilities viii.52.222-50 Combating Trafficking in Persons ix.52.225-13, Restrictions on Certain Foreign Purchases x.52.232-33, Payment by Electronic Funds Transfer-System for Award Management xi.52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving xii.52.244-6, Subcontracts for Commercial Items xiii.52.2232-39, Unenforceability of Unauthorized Obligations (xiii)All responses must be received by September 19, 2016 at 3:00PM and must reference number NHLBI-CSB-HL-2016-281-JML. Responses may be submitted electronically to john.lear@nih.gov or by U.S. mail to the National Heart, Lung, and Blood Institute, Office of Acquisitions, COAC Services Branch, 6701 Rockledge Drive, Room 6151, Bethesda, MD 20892-7902, Attention: Jonathan M. Lear. Phone: 301-451-4470.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-HL-2016-281-JML/listing.html)
- Place of Performance
- Address: National Institutes of Health / NHLBI, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04264877-W 20160911/160911092601-32904bd90eaa35df4c7f83c5a7b524da (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 |