Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 10, 2020 SAM #6737
SOLICITATION NOTICE

65 -- PepperPrint Peptide Assays, Rockland Buffer and software license

Notice Date
5/8/2020 4:10:22 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325414 — Biological Product (except Diagnostic) Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-NOI-2023525
 
Response Due
5/14/2020 8:00:00 AM
 
Archive Date
05/29/2020
 
Point of Contact
Skye Duffner, Phone: 4068026092, Julienne Keiser, Phone: 4063639370
 
E-Mail Address
skye.duffner@nih.gov, jkeiser@niaid.nih.gov
(skye.duffner@nih.gov, jkeiser@niaid.nih.gov)
 
Description
This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and solicitation for commercial Items,� as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-NIAID-2023525 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAC 2020-06 and effective 05/06/2020.� The North American Industry Classification System (NAICS) code for this procurement is 334516, ANALYTICAL LABORATORY INSTRUMENT, with a small business size standard of 1000 employees. This requirement IS NOT SET-ASIDE for small business. Background and laboratory needs: The Vaccine Immunology Program (VIP) laboratory, (formally VITL) provides services to the Vaccine Research Center (VRC) It does this through basic science research, clinical trial end point testing and serosurveillance for infectious diseases and pandemics. The VIP supports the VRC Vaccine Production Program (VPP), the Clinical Trials Program (CTP), the immunology, virology and viral pathogenesis laboratories and is involved with extramural activity. The VIP is currently expanding its methodology to encompass laboratory emergency response for times of pandemics such as the COVID-19. The development of protein and peptide microarray assays for the detection of multiple protein interactions and activies to determine their presence and function is part of this response. Serosurveillance studies are key to monitoring the presence or absence of specific proteins such as antibodies in the serum of a population. This generates information regarding exposure, immunity, length of immunity and differentiating between the virus and the vaccine. The methodology called protein microarray is developed to do just this. Part of the methodology uses the Innopsys which has been specifically designed for this purpose � ultra high resolution detecting the fluorescent signals through its imaging capabilities allowing high level readouts and analysis. We need PepperPrint peptide arrays as they are compatible with the Innopsys scanner. *This is a Brand-Name or equal requirement for: PepperPrint assays, buffer and software license. Please see attachment for minimum equal specifications *Please include your DUNS number on the quote *Include response to FAR 52.204-26 attachment and return with quote Place of Delivery: NIH/NIAID, 9 West Watkins Mill Rd, Gaithersburg, MD 20878 FOB: Destination Submission shall be received not later than 05/14/2020, 11:00 a.m. Eastern Standard Time The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein.� The award will be based on the following; price, capability to meet the requirements, delivery and the best value to the government. The following FAR provisions apply to this acquisition: FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Dec 2019) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Dec 2019) FAR 52.211-6 Brand-Name of Equal (Aug 1999) FAR 52.212-1 Instructions to Offerors Commercial Items (Mar 2020) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Mar 2020) Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (Jan 2017) The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (Oct 2018) FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Mar 2020) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Jan 2017) FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Offers may be mailed, e-mailed or faxed to Ms. Skye Duffner, (E-Mail/ skye.duffner@nih.gov 406-802-6092). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) (Oct 2018) All responsible sources may submit an offer that will be considered by this Agency.� Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Ms. Skye Duffner at skye.duffner@nih.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c28bbc4e41894157ba4c051c77e0ffae/view)
 
Place of Performance
Address: 20878, USA
Zip Code: 20878
Country: USA
 
Record
SN05651965-F 20200510/200508230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.