SOLICITATION NOTICE
66 -- Purchase of a Brand Name or Equal SpectraMax iD3 Multi-Mode Microplate Detection Platform.
- Notice Date
- 7/10/2017
- 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, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
- ZIP Code
- 20852
- Solicitation Number
- N02RC72540-61
- Archive Date
- 7/28/2017
- Point of Contact
- KATHY D. ELLIOTT, Phone: 240-276-5570, Jolomi Omatete, Phone: 2402766561
- E-Mail Address
-
ELLIOTTK@MAIL.NIH.GOV, jolomi.omatete@nih.gov
(ELLIOTTK@MAIL.NIH.GOV, jolomi.omatete@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E244, Bethesda, MD 20892, UNITED STATES I. Description The National Cancer Institute (NCI), CCR, Laboratory of Cellular and Molecular Biology (LCMB) plans to procure one Brand Name or Equal SpectraMax iD3 Multi-Mode Microplate Detection Platform This is a Request for Quote (RFQ) notice for commercial items, prepared in accordance with format in FAR 8.004 and FAR 8.405-5(a)(1)(ii) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation: No. N02RC72540-61 includes all applicable provisions and clauses in effect through FAC 2005-94, 2005-95 (January 19, 2017) simplified procedures for commercial items. The North American Industry Classification System code is 334516 and the business size standard is 500 employees. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. It has been determined there are no opportunities to acquire green products or services for this procurement. The Laboratory of Cellular and Molecular Biology (LCMB) investigates normal cellular signal transduction and aberrations in signaling pathways that are associated with neoplasia in humans and model systems and LCMB scientists have been very successful in using imaging approaches to study these topics. In particular, the overarching goal of the NCI laboratory is to elucidate the molecular networks contributing to somatic stem cell-self-renewal and their link to cancer progression. As part of this research plan, the NCI will perform high-throughput screenings to quickly conduct hundreds of tests simultaneously. This will allow NCI to rapidly identify genes and active compounds involved in the processes being studied. As part of this testing, the addition of this state of the art multimode plate reader will permit analysis of these high-throughput screenings performed in multiwall formats, including proliferation analysis, Luminescence reporter assays and fluorescent assays. It will accelerate the analysis of samples and streamline information storage and distribution. Finally, the addition of this system will enable more efficient performance of the NCI work and will benefit numerous users in the NCI laboratory and outside collaborators. Improving NCI Absorbance, Fluorescence, and Luminescence detection capabilities will improve NCI's ability to understand cancer development and the response of the immune system. II. Description of Requirement The purpose of this new acquisition is to purchase one (1) Brand Name or Equal SpectraMax iD3 Multi-Mode Microplate Detection Platform. The primary objective of this project is to acquire a Spectral Absorbance, Fluorescence, and Luminescence detection system for microplates to help processing high-throughput screenings performed in multiwell formats. The following features are necessary and unique to this particular instrument: -Multimode plate reader that can read Luminescence, UV/VIS Absorbance and Fluorescence using monochromators -Fully tunable: no filters required for all three modes, including luminescence -Must read fluorescence from both the top and the bottom -Uses a 4nm bandwidth for all Absorbance wavelengths (230nm-1000nm)...critical for performance when tight spectral peaks are being detected such as DNA -Must have On-board Touchscreen for full acquisition. Does not require a computer to design protocols and run the system -Data can automatically be exported to USB or hooked up directly to the network without a computer -Uses all gain settings at once for extended dynamic range; you do not have to select a singular gain setting in fluorescent protocols -Must be compatible with a low volume detection plate (down to 2uL and up to 64 samples at once) -Integrated Shaking and Temperature Control. Temperature control up to 65 degrees C -Must use ISO 17025 certified validation protocols -NFC Personalization -Must include Software for acquisition and analysis -Compatible with 6-, 12-, 24-, 48-, 96-, and 384 well plates -Must include at least a 12 months warranty on parts and labor. III. 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. IV. Installation and Training To be carried out by the manufacturer and shall occur within approximately one week after delivery. V. Payment Payment shall be made after delivery, installation, and successful operation of the camera parts. Payment authorization requires submission and approval of invoice to the NCI COR and NIH Commercial Accounts. QUOTATIONS ARE DUE: July 13, 2017, 11:00 AM, EST. VI. Provisions And Clauses The following provisions and clauses will be incorporated by reference: 52.211-6 Brand Name or Equal (August 1999) (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 a 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 (October 2016) 52.212-2 (October 2014), 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 (October 2016) 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. (May 2015) 52.247-34 FOB Destination 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items (November 2016). 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: 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (October 2016) 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (October 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (August 2011) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (October 2016) 52.222-21 Prohibition of Segregated Facilities (April 2015) 52.222-26 Equal Opportunity (September 2016) 52.222-35 Equal Opportunity for Veterans (October 2015) 52.222-36 Equal Opportunity for Workers With Disabilities (July 2014) 52.222-37 Employment Reports on Veterans (February 2016) 52.225-1 Buy American Act - Supplies (May 2014) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer System for awards Management (July 2013) 52.246-2 Inspection of Supplies-Fixed Price (August 1996) VII. OFFERORS 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://ncioa.cancer.gov/oa-internet/reference.jsp or from Kathy Elliott, Contract Specialist at Elliottk@mail.nih.gov. Quotations must be received in the NCI-OA contracting office by 11:00 a.m. EST on July 13, 2017. Please refer to the solicitation number N02RC72540-61 on all correspondence. No collect calls will be accepted. Faxed or electronic mail quotations will be accepted. All questions shall be in writing and may be addressed to the aforementioned individual noted above by July 12, 2017. No collect calls will be accepted. 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/RCB/N02RC72540-61/listing.html)
- Place of Performance
- Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04572139-W 20170712/170710234504-caa22829ba784f0de4c4b7f0f7be684b (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 |