SOLICITATION NOTICE
66 -- Microplate reader, PHERAstarFS or equivalent
- Notice Date
- 2/1/2016
- 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 on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-CSS-2016-127
- Archive Date
- 2/26/2016
- Point of Contact
- Andriani Buck, Phone: 3014021677
- E-Mail Address
-
andriani.buck@nih.gov
(andriani.buck@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Title: Microplate reader, PHERAstarFS or equivalent 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. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-2016-127 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-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005- 86, dated February 1, 2016. This acquisition is a total small business set aside. The associated NAICS code is 334516 and the small business size standard is 500. Background The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to reduce the burden of disease which they accomplish by seeking 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 Institute of Neurological Disorders and Stroke (NINDS) is a part of the NIH, and conducts research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. The Molecular Neuropharmacology Section of NINDS utilizes cell-based assays in the ongoing characterization of compounds. These compound characterizations with dopamine receptor interactions have great implications on various neurological disorders. The protocol utilized with our research calls for the use of specific reagents and thus machinery that is used in our studies. This acquisition will permit production for high-throughput screening of many novel compounds that are expected to act on dopamine receptors, evaluating these compounds for use as research tools and possibly further preclinical validation in the treatment of neuropsychiatric disorders. Objective The purpose of the acquisition is for The Molecular Neuropharmacology Section of NINDS to acquire a multi-mode reader, PHERAstarFS or equivalent, for high-throughput screening to continue the efforts in compound development and high throughput screening of drugs on the dopamine receptors. Project Requirements: The NINDS MNS requires one multifunctional microplate reader for reading complex biological assays. The PHERAstarFS or equivalent microplate reader must meet the following requirements: 1.Precise measurement of small volume (up to 3456-well plates), which allows for faster, cost-effective and a more efficient way to screen large compound libraries. The instrument must be adaptable to future filter needs and capable of reading all current assay outputs including BRET, FRET, HTRF, and complementation assays. 2.The microplate reader must be able to measure both emission channels for FRET and fluorescence polarization at the same time. 3. The microplate reader must be able to collect 1mm resolution of UV/V absorbance 4.The microplate reader must have two photomultiplier tubes dedicated only for time-resolved fluorescence and TR-FRET/HTRF; as well as two photomultiplier tubes dedicated for fluorescence intensity and luminescence. This is essential to obtain the sensitivity needed for our assays that relatively low signal strengths. 5.The microplate reader must be able to read UV/V absorbance spectrum from 220nM to 1000 nM 6.The microplate reader must be able to read each well quickly ( <1second/well) 7.The microplate reader must contain a Z-height adjustment from above and below the microplate in 0.1 mm increments as we use multiple different types of assay plates and so the reader must be flexible to read precisely from these different plate types. Delivery Date The Contractor shall deliver and install the required equipment within 70 days after receipt of order on approximately May 1, 2016. Place of Performance: The required equipment shall be delivered and installed at the NIH Main Campus, 5625 Fishers Lane. Rm 4S-04. Rockville, MD 20852. The contractor shall use the Building 5625 Fishers lane loading dock for delivery. Contract Type A firm fixed price purchase order is anticipated. FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. FAR clause 52.212.-2, Evaluation - Commercial Items, is applicable to this requirement. (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: The Government will award a purchase order resulting from this solicitation on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price. The technical evaluation factors are as follows, in order of importance: 1.Factor 1: Technical Approach The Offeror shall detail in its technical proposal how it shall meet each of the project requirements. This shall include the specifications of the offered equipment, specifically if and how it is an equal-to-brand-name quotation. 2. Factor 2: Delivery The Offer shall detail in its technical proposal how it shall meet the delivery requirements. The Government shall particularly evaluate ability to meet delivery and installation schedule requirements. Quotations must include a delivery lead time. Technical evaluation factors and past performance, when combined, are significantly more important, when compared to price. (c) 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. (End of Provision) Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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. In addition 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 responses must be received by February 11, 2015 5 pm EST and must reference number HHS-NIH-NIDA-SSSA-CSS-2016-127. Responses may be submitted electronically to andriani.buck@nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), 31 Center Drive, Building 31, Room 1B59, Bethesda, Maryland 20892-2080, Attention: Andriani Buck. Fax responses will not be accepted. Contact Andriani Buck at andriani.buck@nih.gov for information regarding the solicitation. Questions regarding this combined synopsis/solicitation must be received at the aforementioned email address, andriani.buck@nih.gov, by February 5, 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-2016-127/listing.html)
- Place of Performance
- Address: NIH Main Campus, 5625 Fishers Lane. Rm 4S-04, Rockville, Maryland, 20852, United States
- Zip Code: 20852
- Zip Code: 20852
- Record
- SN04005780-W 20160203/160201233951-e18a7c7e42207f32083fd1a4c3f00afe (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 |