Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2018 FBO #6116
SOLICITATION NOTICE

65 -- Promega Brand Name P450-Glo Assay Systems - Solicitation Attachments

Notice Date
8/20/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
NIHDA201800410
 
Archive Date
9/8/2018
 
Point of Contact
Mark E. McNally, Phone: (301) 827-5869, Jeffrey Schmidt, Phone: (301) 402-1488
 
E-Mail Address
mcnallyme@mail.nih.gov, schmidtjr@mail.nih.gov
(mcnallyme@mail.nih.gov, schmidtjr@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment No. 05 - Sole Source Justification for Promega Brand Name P450-Glo. Attachment No. 04 - FAR 52.212-3 Offeror Reps & Certs-Comm Items (Nov 2017). Attachment No. 03 - Invoice and Payment Provisions. Attachment No. 02 - FAR 52.212-5 (Jan 2018). Attachment No. 01 - Purchase Description - Promega Brand Name P450-Glo Assay Systems. (i) 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; quotations are being requested and a written solicitation will not be issued. (ii) The solicitation number is NIHDA201800410 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Center for Advancing Translational Sciences (NCATS) intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) for Promega brand name P450-Glo assay systems. This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13.106-1(b)(1). The brand name only justification is attached to this Solicitation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99 dated July 16, 2018. (iv) The associated NAICS code 325413 and the small business size standard 1,250 employees. This requirement is for brand name only items. (v) The Tox21 group (NCATS) requires P450-Glo assay systems (CYP3A4 with Luciferin-PPXE, CYP2D6, and CYP1A2). These assay kits will be used to screen compounds from Tox21 collaboration. (vi) Purchase Description : Item No. V9910. Quantity: sixty-five (65) units. Description: P450-Glo CYP3A4 screening system with Luciferin-PPXE. Item No. V9890. Quantity: sixty-five (65) units. Description: P450-Glo CYP2D6 screening system. Item No. V9770. Quantity: sixty-five (65) units. P450-Glo CYP1A2 screening system. Salient characteristics : P450-Glo CYP3A4 with Luciferin-PPXE, CYP2D6, and CYP1A2 assay systems: • These assays are homogeneous, luminescent method for measuring cytochrome P450 CYP3A4, CYP2D6, and CYP1A2 activities. • These assays exhibit exquisite sensitivity, low background signals, and broad dynamic range. • The half-life of the luminescent output is greater than two hours, eliminating the need for luminometers with injectors and allowing batch plate processing. • The formulation also minimizes the incidence of false positives due to inhibition of luciferase by analytes when screening for cytochrome P450 inhibitors. • The luminescent format also eliminates the need for time-consuming analyses. • These assays has the reduced incubation times as the luciferin-based substrates are readily taken up by cells and rapidly converted to luciferin insided the cell. • These assays are very stable for a number of thaw and freeze cycles. Quantity : One hundred ninety-five (195) total assay systems consisting of the following: Sixty-five (65) units of the P450-Glo CYP3A4 screening system with Luciferin-PPXE. Sixty-five (65) units of the P450-Glo CYP2D6 screening system. Sixty-five (65) units of the P450-Glo CYP1A2 screening system. (vii) Delivery Date : Delivery shall be within one to three (1-3) days after receipt of order (ARO) for the assay system kits. The assay system kits shall be delivered to: Attn: Menghang Xia NCATS 9800 Medical Center Drive Building C, Room C335 Rockville, MD 20850 Loading Dock call: 301-217-5735 (viii) The provision at FAR clause 52.204-7, System for Award Management, applies to this acquisition. (ix) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance [see FAR 13.106-2(b)(3)]; Technical and past performance, when combined, are significantly more important than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi) The 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 and is included as an attachment to this Solicitation. (xiii) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv) 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. 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 responses must be received by or before 5:00 PM Eastern Time, Friday, August 24, 2018, and reference number NIHDA201800410. Responses may be submitted electronically to Contract Specialist Mark McNally at mcnallyme@mail.nih.gov. Fax responses will not be accepted. (xvi) The contact for information regarding this solicitation is Contract Specialist Mark McNally at mcnallyme@mail.nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIHDA201800410/listing.html)
 
Record
SN05046433-W 20180822/180820231510-7f8464d5582b4c738fff6c3915cbc75e (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.