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

66 -- High-throughput screening multimodal microplate readers

Notice Date
5/8/2020 8:57:49 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95020Q00100
 
Response Due
5/18/2020 9:00:00 AM
 
Archive Date
06/02/2020
 
Point of Contact
Hunter Tjugum, Phone: 301-827-5304
 
E-Mail Address
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(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; proposals are being requested and a written solicitation will not be issued.� (ii) �� �The solicitation number is 75N95020Q00100 and the solicitation is issued as a Request for Quotation (RFQ) on a competitive basis, set aside to small businesses under the applicable NAICS. 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�Test Program for Certain Commercial Items; and FAR Part 12�Acquisition of Commercial Items. This acquisition is expected to exceed the simplified acquisition threshold of $250,000.00. �A Fixed-Price type of contract is contemplated for any resulting contract entered into as a result of this solicitation.� (iii) �� �The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) Federal Acquisition Circular (FAC) Number/Effective Date: 2020-06 / 05-06-2020. (iv) �� �The North American Industry Classification System (NAICS) code for this procurement is 334516 Analytical Laboratory Instrument Manufacturing with a size standard 1000 employees. A Total Set-Aside restriction to Small Business is applicable.� (v)�� �The National Institutes of Health (NIH) is the nation�s leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people�s health and save lives. The National Center for Advancing Translational Sciences (NCATS) at the NIH is missioned to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions. The Research Services Center (RSC) and Tox 21 Research Labs are located within the Division of Preclinical Innovation (DPI) at NCATS. Experts in NCATS� DPI develop system approaches that improve the efficiency and effectiveness of the translation process. Examples include advancing new technologies to make preclinical research more predictive and efficient or de-risking potential drug targets or research projects to make them more attractive for commercial investment. RSC and Tox21 have a�requirement to obtain a multimodal microplate reader for�their respective lab. The plate readers shall be compatible with a variety of fully automated robotic platforms currently used at NCATS. The addition of these readers will make it possible for RSC and Tox21 assays to be run in a fully automated fashion. Once integrated in the laboratories, the readers will be able to read plates using many assay technologies including fluorescence intensity (FI), fluorescence polarization (FP), alpha screen, luminescence, absorbance and time resolved fluorescence (TRF), and can be configured with injectors which can inject and read at the point of measurement. The addition of this instrument will allow scientists in both labs to develop human cell-based models of opioid misuse, addiction, and pain for the Helping to End Addiction Long-term (HEAL) Initiative. The opioid crisis highlights the urgent need for novel non-addictive pain medications, as well as improved treatments, for opioid addiction and overdose. There is a need for pharmacological agents directed at novel targets to test new therapeutic hypotheses, new clinic-ready drugs directed at those targets, and new testing systems with the potential to be more predictive of human clinical response than traditionally used models. Through the HEAL Initiative, NCATS focuses on the development of human cell-based models of opioid misuse, addiction, and pain. The RSC and Tox21 Labs are state-of-the-art research facilities dedicated to addressing the scientific and technological challenges in the induced pluripotent stem cell (iPSC) field. Specifically, the RSC and Tox21 labs aims to develop a renewable supply of human cell-based models focusing on new patient-derived iPSC lines that give rise to specialized, functional nerve cells that are relevant for opioid misuse, addiction, and pain. The readers shall be compatible with a variety of fully automated robotic platforms already housed at NCATS. The addition of the HTS plate readers will make it possible for assays to be run in a fully automated fashion. Once integrated in the laboratory, these units will be able to read plates using many assay technologies including fluorescence intensity (FI), fluorescence polarization (FP), alpha screen, luminescence, absorbance and time resolved fluorescence (TRF), and can be configured with injectors which can inject and read at the point of measurement. (vi)�� �The purpose of this requirement is to obtain two (2) high-throughput screening multimodal microplate readers on a BRAND-NAME-OR-EQUAL basis to the PHERAstar FSX multimodal microplate reader, as described and identified herein, manufactured by BMG Labtech, Inc., located at 13000 Weston Pkwy Ste 109, Cary, NC, 27513-2250. The Readers shall be used to perform leading detection technologies for all luminescence and fluorescence based assays. Specifically, this requirement shall provide, on a brand name or equal basis, the following manufacturer part number, part name and quantity, configured to the needed performance charactersitics of the RSC and Tox21 labs respectively: PRODUCT NUMBER PRODUCT NAME QUANTITY: 0472-101A PHERAstar FSX Basic-RSC 1.00 0902-101 STACKER III 1.00 1100-472-401 Absorbance FS Spectrometer 1.00 1100-472-501 High-End TRF/HTRF 1.00 1100-472-502 TR-FRET Laser 1.00 1100-472-601 HTS AlphaScreen Laser 1.00 1300-500 Manufacturer's Warranty 1.00 1300-501 Control and Evaluation Software 1.00 1300-502 Installation and Training 1.00 1300-540 Barcode Readers 1.00 1300-570 Simultaneous Dual Emission 1.00 1400-G2M-FI-540-590 Optic Module 1.00 1400-G3M-AS-680-570 Optic Module 1.00 1400-G3M-AS-680-615 Optic Module 1.00 1400-G4M-TRF-337-665-620 Optic Module 1.00 2000-201 Standard Freight Shipping & Handling 1.00 0472-101A PHERAstar FSX Basic-TOX21 1.00 1100-472-401 Absorbance FS Spectrometer 1.00 1100-472-501 High-End TRF/HTRF 1.00 1100-472-502 TR-FRET Laser 1.00 1100-472-601 HTS AlphaScreen Laser 1.00 1300-500 Manufacturer's Warranty 1.00 1300-501 Control and Evaluation Software 1.00 1300-502 Installation and Training 1.00 1300-540 Barcode Readers 1.00 1300-570 Simultaneous Dual Emission 1.00 1400-G2M-FI-540-590 Optic Module 1.00 1400-G3M-AS-680-570 Optic Module 1.00 1400-G3M-AS-680-615 Optic Module 1.00 1400-G1M-ABS405 �Optic Module 1.00 1400-G3M-BR-480-530 �Optic Module 1.00 1400-G4M-TRF-337-665-620 Optic Module 1.00 2000-201 Standard Freight Shipping & Handling 1.00 Products offered must include those salient physical, functional, or other characteristics that are deemed essential in meeting the government�s needs. Specifically, the following features are deemed the salient characteristics that this requirement shall achieve: �� �� UV/Vis Absorbance Spectra � Fluorescence Intensity, including Fluorescence Resonance Energy Transfer � Fluorescence Polarization/Anisotropy � TimeResolved Fluorescence, including TRF Resonance Energy Transfer � Luminescence (flash and glow), including Bioluminescence resonance energy transfer � High energy xenon flash lamp � Equipped with Laser for TRF / TRFRET � Simultaneous Dual Emission (SDE) detection reducing microplate read times � SDE detection that can be used in any assay including FP, FRET � Allowable for fast TRFRET measurements � Combination of laser excitation and Simulataneous Dual Emission detection � In single flash mode, must be able to read a 1536well plate � Must capture a full UV/VIS absorbance spectrum (2201000nm) � Maximum footprint 45cm W X 51cm D x 47cm H and 50 kg or less in weight Offerors submitting a quotation must: 1) clearly indicate if the line item or items being offered in their quote is a brand-name item to the brand name item described in this solicitation, or if the item or items being offered is an �or-equal� item; 2) include Shipping and handling cost in the quotation as a separate line item, or specify if it is included in the total price; 3) indicate an estimated delivery time in full after receipt of an order; 4) indicate if items being quoted are warrantied in accordance with Offeror�s standard commercial warranty practices, and/or whether software support is included and the length of time of such warranty/support subscription, and/or if extended years of service coverage are available or applicable in accordance with the manufacturer�s standard commercial item practice and/or if any Preventive Maintenance service is included in the purchase of equipment or offered as a separate acquisition and the length of such time. (vii)�� �The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated DELIVERY DATE after receipt of order (ARO) shall be specified in the offeror�s quote and will be determined prior to any award. Delivery will be FOB - DESTINATION. The place of delivery and acceptance will be 9800 Medical Center Drive, Rockville, MD 20850. (viii)�� �The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: �https://www.acquisition.gov/browse/index/far � https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html �� (End of provision) The following provisions apply to this acquisition and are incorporated by reference: � FAR 52.204-7, System for Award Management (Oct 2018) � FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) � FAR 52.211-6, Brand Name or Equal (Aug 1999) � FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018) � FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018) � HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far � � https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html � (End of clause) The following clauses apply to this acquisition and are incorporated by reference: � FAR 52.204-13, System for Award Management Maintenance (Oct 2018) � FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) � FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Oct 2018) � FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) � FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) The provisions of FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (May 2019) is applicable to this solicitation: 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.219-13 Notice of Set-Aside of Orders (Nov 2011) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor-Cooperation With Authorities and Remedies (Jan 2018) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Sep 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-50 Combating Trafficking in Persons (Jan 2019) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restriction on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Oct 2018) The following provisions and clauses apply to this acquisition and are incorporated as an attachment: � NIH Invoice and Payment Provisions (2/2014) (ix)�� �The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: a. Technical capability of the item offered to meet the Government requirement; b. Price; and� c. Past performance [see FAR 13.106-2(b)(3)]. Respondents that believe that they are manufacturers or authorized resellers of any 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; price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. 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 clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.� (xii)�� �The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and is incorporated in full text. (xiii)�� �The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. 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.� 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 and the offeror representation in FAR Provision 52.204-24, which is attached, MUST be completed and submitted with any quotation or response to this RFQ. (xvi)�� �All responses must be received no later than the date specified in this announcement. Late responses will not be accepted. All responses must reference the subject solicitation number. Responses must be submitted electronically to hunter.tjugum@nih.gov. Facsimile responses will not be accepted. For information regarding this solicitation, contact Hunter Tjugum by email at hunter.tjugum@nih.gov or by phone at 301-827-5304.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a32eb6fc156640b4aa6757e00d3b460f/view)
 
Record
SN05651969-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.