Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2012 FBO #3935
SOLICITATION NOTICE

66 -- Instruments & Laboratory Equipment / Automated Single Cell Isolation and Preparation System

Notice Date
8/31/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, Maryland, 20817
 
ZIP Code
20817
 
Solicitation Number
NIAID-RFQ-12079
 
Archive Date
9/29/2012
 
Point of Contact
Terry M Knight, Phone: 301-402-2282, Tonia L Alexander, Phone: 301-402-2282
 
E-Mail Address
knightte@niaid.nih.gov, talexander@niaid.nih.gov
(knightte@niaid.nih.gov, talexander@niaid.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined Synopsis / Solicitation Request for Quote for commercial items prepared in accordance with the format of FAR Subpart 12.6, in conjunction with FAR Part 13.5 as applicable, and 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 for the solicitation NIAID-RFQ-12079 a Request for Quote. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC2005-60 dated July 26, 2012. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a small business set-aside, however small disadvantage, minority, veteran owned, and HUB zone companies etc., are encourage to submitting quotations. The associated North American Industry Classification System (NAICS) Code is 334516, which has a size standard of 500 employees. The National Institute of Allergy and Infectious Diseases (NIAID) intends to procure one (1) automated single cell isolation and preparation system for genomic analysis to include: 1) internal barcode reader, 2) consumables starter kits to contain 40 arrays and 40 reagents kits that is sufficient for 3,840 samples, 3) basic install application training to include 2-day basic application and instrument workflow training that covers the principles of one of the following: Gene Expression, Genotyping, Digital PCR, Access Array or Single-cell, and to accommodate up to five (5) participants and will cover experimental set-up, data analysis, instrument use and trouble shooting, and 4) On Site installation of equipment. The system is to examine and differentiate single cells and group them according to unique genomes and transcriptomes while minimizing technical noise. The system should be able to 1) allow the end user to rapidly and reliably isolate, process, and profile individual cells for genomic analysis, 2) allow the end user to extract, reverse transcribe, preamplify, and ultimately detect and analyze cell activity using a single technology, and thus reducing the variability caused by multi-platform technical errors, 3) allow the gene expression workflow to process at least 96 single cells across 96 mRNA targets, 4) allow to incorporate a single-cell preparation system that automates the isolation, lysis, and pre-amplification of single cells and a single-cell automated preparation array integrated fluidic circuit that facilitates capture and highly paralleled preparation of at least 96 individual cells, and 5) the vendor should already have pre-formulated reagent kits to support cell suspension, lysis, and purification of individual cells. The following factors will be used to evaluate offers: 1) capability to meet required specifications, 2) price, 3) warranty, 4) training, 5) installation, and 6) delivery (60 days after receipt of order). Place of delivery is Bethesda, Maryland 20892. The government will award a fixed price purchase order to the responsible contractor. The FOB point shall be Destination. The following Federal Acquisition Regulations provisions and clauses apply to the acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation Commercial Items; Far 52.212-3 Offeror Representation and Certifications Commercial Items; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; and FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). A completed copy of provisions at FAR 52.212-3 Offerors Representation and Certifications Commercial Items must be included which can be found online at System for Award Management (SAM) https://www.sam.gov. By submission of an offer, the Offeror acknowledges the requirement that a prospective Awardee shall be registered in the 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. [Note: Lack of registration in SAM will make an Offeror ineligible for award.] Copies of the aforementioned clauses are available upon request by telephone to Terry Knight at (301) 402-2282. All responsible sources may submit offers that will be considered by this agency. Offers must be submitted later than 5:00 p.m. Eastern Daylight Savings Time (EDST), September 14, 2012 by delivery through the U.S. Postal Service, to the address of NIH/NIAID/AMOB, 10401 Fernwood Road, Room 2NE52E, Bethesda, MD, 20892-4811. E-mail and fax submissions are prohibited.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAID-RFQ-12079/listing.html)
 
Place of Performance
Address: National Institutes of Health, NIAID, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02865057-W 20120902/120901000547-29919ef2bf51a6e04bd2151a763c1b47 (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.