Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 15, 2020 SAM #6803
SOLICITATION NOTICE

68 -- EasySep Human Immune Cells Enrichment kits

Notice Date
7/13/2020 4:24:10 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325414 — Biological Product (except Diagnostic) Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-20-007590
 
Response Due
7/17/2020 9:00:00 AM
 
Archive Date
08/01/2020
 
Point of Contact
Fred Ettehadieh
 
E-Mail Address
Fred.Ettehadieh@nih.gov
(Fred.Ettehadieh@nih.gov)
 
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 HHS-NIH-NIDA-RFQ-20-007590 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 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), Office of Acquisition (OA), on behalf of the National Institute on Aging (NIA), intends to negotiate and award a contract without providing for full and open competition (including brand-name) to StemCell Technologies, Inc. 6425 S 216th Street, Kent, WA 98032-1392. This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR Subpart 13.5�Simplified Procedures for Certain Commercial Items and FAR 13.501, Special Documentation Requirements, in accordance with 41 United States Code (U.S.C.) 1901. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2020-06, with effective date May 6, 2020. (iv)������ The associated NAICS code is 325414 and the small business size standard is 1,250 employees. This requirement is has no set-aside restrictions. (v)������� This requirement is for the following services: The purpose of this requirement is to purchase the EasySep Human total and Na�ve B, CD4+ T and CD8+ T isolation kits, and total monocyte kits. These kits are used to fractionate the different mentioned specific cells from the GESTALT PBMC samples. (vi)������ Background: The central hypothesis of our ongoing project (GESTALT) is that immune dysfunction contributes directly to chronicinflammation and inflammation-associated diseases in the elderly. To understand the basis for immuneimpairment that accompanies aging, we proposed to identify age-associated alterations in human innate andadaptive immune cell populations. Cytapheresis packs are collected from volunteers of varying age-groups and the different immune na�ve or total cells (B, CD4+T and CD8+T) are fractionated by the EasySep Human isolation kits using the RoboSep cell isolation instuments. The ongoing project is to examine age-associated changes in� transcriptomes, proteomes and epigenomes of these immune cell subsets that obtained from these GESTALT participants. Project requirements: EasySep Human Na�ve B cell isolation kit (cat. # 17254), EasySep Human Na�ve CD4+ T iolation Kit II (cat. # 17555) and EasySep Human Na�ve CD8+ T isolation kit II (cat. # 17968), EasySep Human CD3 Pos Sel kit II (cat. # 17851), EasySep Human Monocyte Enrichment kit (cat. # 19058), EasySep Negative Human CD4 kit (cat. # 19052), EasySep Negative Hman CD8 (cat. # 19053), EasySep Negative Human B cell (cat. # 19054), ImmunoCult-SF Macrophage Medium (cat. 10961), ImmunoCult-XF Tcell Medium (cat. # 10981), ImmunoCult Hu CD3/CD28 (cat. #10991), Robosep Buffer (cat. # 20104) and Robosep Filter Tip Racks (cat. # 20125). Salient characteristics: General Fast and Easy: isolated cells are immediately ready for use. Efficient: perform sequential or simultaneous cell isolations. Safe: with column-free design and minimal sample handling required, the risk of exposure to dangerous pathogens is minimized. Free from cross-contamination: disposable tips and a column free system eliminate the risk of sample cross-contamination. Quantity: EasySep Human Na�ve B cell isolation kit (cat. # 17254), 6 kits. EasySep Human Na�ve CD4+ T iolation Kit II (cat. # 17555), 6 kits EasySep Human Na�ve CD8+ T isolation kit II (cat. # 17968), �6 kits. EasySep Human CD3 Pos Sel kit II (cat. # 17851), quantity 6 kits. EasySep Human Monocyte Enrichment kit (cat. # 19058), 10 kits. EasySep Negative Human CD4 kit (cat. # 19052), 8 kits. EasySep Negative Hman CD8 (cat. # 19053), 12 kits. EasySep Negative Human B cell (cat. # 19054), 10 kits ImmunoCult-SF Macrophage Medium (cat. 10961), 6x250ml. �ImmunoCult-XF Tcell Medium (cat. # 10981), 2x500 ml. ImmunoCult Hu CD3/CD28 (cat. #10991), 3x10ml. Robosep Buffer (cat. # 20104). 20 bottles. Robosep Filter Tip Racks (cat. # 20125). 20 box (8/box) (vii)����� The Government anticipates award of a firm fixed-price contract for this acquisition with anticipated 2-3 deliveries starting 30 days after award. (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 52.212-1, Instructions to Offerors-Commercial Items (Jun 2020) � � � � � � �FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2020) � � � � � � � 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). Addendum to this FAR clause applies to this acquisition and is attached. HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (June 2020) NIH Invoice and Payment Provisions (2/2014) (ix)������ 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 and (ii) price. Technical is significantly more important than price. (b) 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)������ There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xii)����� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiii)���� Responses to this solicitation must include clear and convincing evidence of the offeror�s capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. 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 quotations must be received by 12:00 pm Eastern Daylight Time, on July 17, 2020, and reference Solicitation Number HHS-NIH-NIDA-RFQ-20-007590.� Responses must be submitted electronically to Fred Ettehadieh, Contracting Officer, at Fred.Ettehadieh@nih.gov. Fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e0289b92fd8a4c9f93eb369a7eb5d2e9/view)
 
Place of Performance
Address: MD, USA
Country: USA
 
Record
SN05719456-F 20200715/200713230152 (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.