Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 30, 2020 SAM #6818
MODIFICATION

66 -- ASSAY KITS

Notice Date
7/28/2020 7:31:55 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-NIA-CSS-20-007496
 
Response Due
8/4/2020 9:00:00 AM
 
Archive Date
12/31/2020
 
Point of Contact
Debra C. Hawkins, Phone: 3018277751
 
E-Mail Address
Debra.Hawkins@nih.gov
(Debra.Hawkins@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-NIA-CSS-20-007496 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. The solicitation is issued as full and open competition for a brand-name or equal product.�� �(iii) This solicitation incorporates the provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-07, effective July 2, 2020. �(iv) The associated North American Industry Classification System (NAICS) code: NAICS Code:� 325413 In-Vitro Diagnostic Substance Manufacturing, Size Standard: 1,250 Employees. � (v) ASSAY KITS (vi) The National Institute on Aging (NIA), Intramural Research Program (IRP) has a need for Assay Kits to measure concentrations of Abeta40, Abeta42, Total Tau, pTau-181, C4b, C5, C5a, C9, C1q, C3, C3b, C4, Factor B, Factor H, c-Myc, FADD (Ser194), IkB? (Ser32), IKK?/b (Ser177/Ser181), NFkB (Ser536) and TNFR1 in peripheral blood exosomes in a large cohort of The Women�s Health Initiative Memory Study (WHIMS). The purpose of the study is to determine extracellular vesicle biomarkers in extracellular vesicles isolated from plasma of 1300 WHIMS participants. Assay kits will be used to measure Abeta40, Abeta42, Total Tau, pTau-181, C4b, C5, C5a, C9, C1q, C3, C3b, C4, Factor B, Factor H, c-Myc, FADD (Ser194), IkB? (Ser32), IKK?/b (Ser177/Ser181), NFkB (Ser536) and TNFR1. The intent of this action is to purchase ASSAY Kits , that are brand-name or equal to the ASSAY Kits manufactured by EMD Millipore Corporation, 400 Summit Drive, Burlington, Massachusetts, 01803-5258.� Specifically: Item 1: Catalog Number: HCMP1MAG-19K-04. Description: Analytes: C4b, C5, C5a, C9. Quantity: 41 each; Item 2: Catalog Number: HCMP2MAG-19K-06. Description: Analyes: C1q, C3, C3b, C4, Factor B, Factor H. Quantity: 41 each; Item 3: Catalog Number: HNABTMAG-68K-04. Description: 4-Plex MILLIPLEX Human A-Beta Tau Panel. Quantity: 41 each; and� Item 4: Catalog Number: 48-630MAG. Description: 6-Plex NF-kB Signaling Magnetic Bead Kit. Quantity: 25 each. The salient characteristics/essential features of these kits are that they must be sensitive enough to detect aforementioned analytes in neuronal and astrocytic derived exosomes in blood and they are compatible with Bio-Plex 200 instrument that is already available at the NIA.� The kits must have a shelf life of at least 1-year after delivery and acceptance, or no earlier than December 31, 2021.� �(vii) Government's Anticipated Delivery: Within thirty (30) to sixty (60) calendar days after receipt of order (ARO). Delivery Point: FOB Destination. Delivery Location: National Institute on Aging, 251 Bayview Boulevard, Baltimore, Maryland 21224. The successful offeror shall coordinate delivery arrangements with the customer prior to shipment. The Loading Dock hours are as follows: 8:00 am to 4:30 pm Eastern Time, Monday through Friday except on Federal holidays. All products delivered must contain a Packing Slip (with serial numbers as applicable). �(viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. 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 factors used to evaluate offers are the unique technical and performance capabilities of product and cost. Technical and past performance, when combined, are significantly more important than cost or price.� The quote must reference the country of manufacturer. (x) Offerors are advised to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. (xi) 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. (xiii) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating, is not applicable to this solicitation. (xv) All quotations or offers are due 12:00 Noon, Eastern Time, on August 4, 2020, and must reference the solicitation number noted herein.� Quotations or offers must be submitted electronically to the contact person identified herein at debra.hawkins@nih.gov.� Fax responses will not be accepted. (xvi) For information regarding this solicitation contact: Debra C. Hawkins Contractor, Acquisition Policy Analyst II, at debra.hawkins@nih.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/af425e8a677b4eb3ba4f3f6571cabae8/view)
 
Place of Performance
Address: Baltimore, MD 21224, USA
Zip Code: 21224
Country: USA
 
Record
SN05735648-F 20200730/200728230137 (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.