Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 29, 2018 FBO #6092
SOLICITATION NOTICE

66 -- Bioluminescence Detection System for Monitoring Clock Gene Expression

Notice Date
7/27/2018
 
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
N02RC82624-36
 
Archive Date
8/25/2018
 
Point of Contact
David H. Romley, Phone: 2402767822
 
E-Mail Address
david.romley@nih.gov
(david.romley@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Title: Bioluminescence Detection System for Monitoring Clock Gene Expression Document Type: Combined Synopsis / Solicitation Notice Solicitation Number: N02RC82624-36 Proposed Posted Date: 7/27/18 Proposed Response Date: 8/10/18 Classification Code: 66 - Instruments and laboratory equipment NAICS Code: 334516 - Analytical Laboratory Instrument Manufacturing Business Size Standard: 1000 Employees Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E122, Bethesda, MD 20892, UNITED STATES. Non-USPS mail such as Fedex UPS and other private carriers please use Rockville, MD 20850. The National Cancer Institute (NCI), Center for Cancer Research (CCR), Neuro-Oncology Branch Bioluminescence Detection System for Monitoring Clock Gene Expression This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 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. N02RC82624-36 includes all applicable provisions and clauses in effect through FAR FAC 2005-97 (JAN 2018) simplified procedures for commercial items. The North American Industry Classification System code is 334516 and the business size standard is 1000 employees. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. I. Description of Requirement The following product features/characteristics are required for this requirement: The Bioluminescence detection luminometer performs high-throughput luminometry on self-luminous tissues, such as those from transgenic animals containing the luciferase gene. It shall be equipped with at least 4 photon-counting photomultiplier tubes, each selected for low dark counts and high sensitivity in the green portion of the spectrum at which luciferase emits light 32 tissue samples, each in a 35 mm Petri dish, can be counted at one time. It shall have 8 dishes share each photodetector using a turntable device that alternately brings each dish under the detector, one at a time. The system should have the features/characteristics: • At least 32 channels of data that it records at once: It shall have 2 colored filters 16 samples can be recorded simultaneously in 2 different colors. • High sensitivity of photodetectors: It shall be extremely low background (dark counts) and high sensitivity, and so are uniquely suited for detecting the low-level signals generated by circadian tissue. • Data collection software: individual channels can be started and stopped independently so that multiple experiments can be performed simultaneously and asynchronously. • Data analysis software: it shall be specifically designed for circadian signals, including background subtraction by polynomial fitting or moving average, curve fitting with spectral or gradient descent methods, and quantification with goodness-of-fit measures. The system shall be compatible with the following applications: • Circadian Rhythms Profiling: The system shall be designed to optimally monitor circadian rhythms in bioluminescence, clock genes or clock-controlled genes, over long periods of time (days-weeks), which would be beneficial for anyone interested in incorporating circadian rhythms into their research both at the cell and tissue level to study the relationship between circadian rhythms and cancer, such as metabolism, autophagy, DNA damage response and hypoxia. • Drug Treatment Time Courses: The machine shall be available to be used for bioluminescence over time with drug treatment in shorter time courses, sampling time from10s-1hr. Unlike an IVIS system where cell would have to be brought to the facility under non-sterile and room temperature conditions, in the light tight chamber within the cell-friendly environment of the incubator. • General Bioluminescence Readings: Detecting low levels of bioluminescent found in freshly isolated tissue samples of the brain and could be used to make highly sensitive reading of both tissue and cells. In addition: • A minimum 12-month manufacturer warranty must be included. • Shipping/ Handling costs must be included in the quote. NCI will not be responsible in the event charges are not included in the quote. • Installation charges must be included in the quote. II. Delivery: Contractor shall deliver the item(s) within 6 weeks 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 award, contractor must notify the NCI Technical Point of Contact to schedule the delivery. III. Payment: Payment shall be made after delivery, installation and acceptance by the Technical Point of Contact. Payment authorization requires submission and approval of invoice by the NCI COR and NIH Commercial Accounts. QUESTIONS ARE DUE: August 1, 2018 PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items (Jan 2017); 52.212-2 Evaluation Commercial Items (OCT 2014): 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 quote. The Government reserves the right to make an award without discussions. FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- (Nov 2017) WITH DUNS NUMBER ADDENDUM {52.204-6 (Oct 2016)}; FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (Jan 2017); FAR Clause 52.212-5: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (Jul 2018). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition; FAR Clause 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006) FAR Clause 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) FAR Clause 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) FAR Clause 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) FAR Clause 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644) FAR Clause 52.219-28, Post Award Small Business Program Representation (Jul 2013) FAR Clause 52.222-3, Convict Labor (June 2003) FAR Clause 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) FAR Clause 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR Clause 52.222-26, Equal Opportunity (Sep 2016) FAR Clause 52.222-35, Equal Opportunity for Veterans (Oct 2015) FAR Clause 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) FAR Clause 52.222-37, Employment Reports on Veterans (Feb 2016) FAR Clause 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) FAR Clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR Clause 52.225-1, Buy American Act--Supplies (May 2014) FAR Clause 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) Alternate II (May 2014) of 52.225-3 FAR Clause 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) FAR Clause 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) Full text copies of the representations and certifications for other cited provisions and clauses may be obtained online at the NCI website at http://ncioa.cancer.gov/oa-internet/ or from David Romley, Contract Specialist at David.Romley@nih.gov OFFERORS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror's Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA) through www.sam.gov. Quotations must be received in the NCI-OA contracting office by 12:00 p.m. EST on August 10, 2018. Please refer to solicitation number N02RC82624-36 on all correspondence. Faxed quotations will NOT be accepted. Quotations may be submitted via email to David Romley, Contract Specialist at David.Romley@nih.gov. All questions shall be in writing and may be addressed to the aforementioned individual noted above. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management through sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC82624-36/listing.html)
 
Record
SN05011126-W 20180729/180727231158-d16677c951bf0c90ccd9823578ae148c (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.