Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2015 FBO #4844
SOLICITATION NOTICE

66 -- Near-Infrared Imaging System for Quantitative Dual-Color (700nm/800nm) Western Blots and Microwell Plates. - SOW - NIHLM2015398

Notice Date
2/26/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Nat'l Institute of Diabetes, Digestive, & Kidney Diseases, 2 Democracy Plaza, Suite 700W, 6707 Democracy Blvd., MSC 5455, Bethesda, Maryland, 20892-5455
 
ZIP Code
20892-5455
 
Solicitation Number
NIHLM2015398
 
Archive Date
3/28/2015
 
Point of Contact
V. Lynn Griffin, Phone: 301-594-7730, MAXWELL KIMPSON,
 
E-Mail Address
griffinv@mail.nih.gov, Max.Kimpson@nih.gov
(griffinv@mail.nih.gov, Max.Kimpson@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
STATEMENT OF WORK - NIHLM2015398 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NIHLM2015398 and is issued as a Request for Quotation (RFQ). The solicitation /contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-78. The North American Industrial Classification (NAICS) code 334516 with a size standard 500 employees. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The National Institutes of Health (NIH), National Institute of Digestive, Diabetes & Kidney Diseases (NIDDK) has a requirement to procure Near-Infrared Imaging System for Quantitative Dual-Color (700nm/800nm) Western Blots and Microwell Plates. It is advantageous for the Government to find a Western blot infrared imaging system equivalent to the recently broken LICOR Odyssey imaging system. Occasionally other branches of NIDDK, have been using our system regularly for over 10 years. Without convenient access to such a device, research on many projects is slowed, in some cases to a halt. BACKGROUND: The NIDDK uses molecular genetics and biochemical approaches to understand the mechanisms underlying intracellular trafficking of lipids, nuclear proteins, and other factors regulating transcription, replication, and signal transduction. Researchers also explore the fundamental processes involved in cell cycle control, genome structure, and replication as well as the control of gene expression. Other areas of scientific interest include the glycobiology of development, stem cell biology, and epigenetics. Most if not all these areas of research, either occasionally or on an ongoing basis, require Western blots for quantitative determination of protein levels in cells. NIDDK had a dependable LI-COR Odyssey Classic imager for over 10 years to satisfy this need, and nearby researchers from other branches in NIDDK also used the old imager. However, this older Odyssey imager has ceased working recently. FEATURES: Simultaneous two-channel detection (roughly 700nm and 800nm emissions) must be possible for multiplex sample analysis and/or normalization. For each channel, a dedicated and optimized excitation source and detection system must be provided for maximum speed and flexibility. One excitation source should be in the range 670-685nm and the other 760-785nm, to be compatible with existing protocols. Emission filters having band width of 20nm should be available for each detection channel, in order to obtain the highest possible signal-to-noise ratio. Automatic, optimized image capture that offers a dynamic range of greater than 6 logs in a single capture. Linear dynamic range of the detection system must be at least 5 orders of magnitude. Pixel resolutions range from <25 μm to > 300 μm should be possible. Scanned object must remain stationary during imaging. A sample area of at least 25 cm x 25 cm must be available. Analysis software must be included that equals or surpasses the capabilities of Image Studio Software + In-Cell module TIFF must be a supported output image file format. Excitation source lifetime must be typically at least 40,000 hours of operation time before failure, to minimize operational costs. Upgrade option to add imaging capability of organs and small animals. The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors - Commercial items; 2) FAR Clause 52.212-2, Evaluation - Commercial Items. As stated in FAR Clause 52.212-2 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be advantageous to the Government, price and other factors considered. The following factors will be used equally to evaluate offers: Technical Evaluation, Price, and Past Performance. 3) FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items; 5) FAR Clause 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions. Note: Past Performance Information: Vendors must submit a listing of the most recent contracts/awards (minimum of 3) which demonstrate similar work in nature to this Solicitation. Contracts/awards may include those entered with the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract: 1. Name of Contracting Organization 2. Contract Number (for subcontracts provide the prime contract number and the subcontract number) 3. Contract Type 4. Total Contract Value 5. Description of Requirement 6. Contracting Officer's Name and Telephone Number 7. Program Manager's Name and Telephone Number The Dun and Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN) and the certification of business size shall be included. The clauses are available in full text at http://www.arnet.gov/far. PLEASE NOTE: In order to receive an award, contractor must be registered and have valid certification in the System For Award Management (SAM) http://www.sam.gov Interested vendors capable of providing the Government with the items specified in this synopsis should submit their quotation to the below address. Quotations will be due on or before March 13, 2015 at 11:00 a.m. EST. Offersors shall provide an original and one copy of your quotation. The quotation must reference Solicitation number NIHLM2015398. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., II Democracy Plaza, Suite 700W, Bethesda, Maryland 20892, Attention: V. Lynn Griffin.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDDKD/NIHLM2015398/listing.html)
 
Record
SN03653162-W 20150228/150226235011-8667e472bfb7d42198e8965d7b351fc9 (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.