Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 08, 2016 FBO #5250
SOLICITATION NOTICE

65 -- Brand Name or equal “Promega Maxwell RSC” System

Notice Date
4/6/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
N02RC62555-24
 
Archive Date
5/5/2016
 
Point of Contact
Kimesha Leake, Phone: 2402765669, Jolomi Omatete, Phone: 2402766561
 
E-Mail Address
kimesha.leake@nih.gov, jolomi.omatete@nih.gov
(kimesha.leake@nih.gov, jolomi.omatete@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E626, Bethesda, MD 20892, UNITED STATES. Non-USPS mail such as Fedex, UPS and other private carriers please use Rockville, MD 20850. The National Cancer Institute (NCI), Center for Cancer Research (CCR), Genetics Branch would like to procure a brand name or equal "Promega Maxwell RSC" System. This is a combined synopsis/solicitation for commercial items, prepared in accordance with 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: No. N02RC62555-24 includes all applicable provisions and clauses in effect through FAR FAC 2005-87 (April 2016) simplified procedures for commercial items. The North American Industry Classification System code is 334516 and the business size standard is 500 employees. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. I. Description of Requirement Clinical cancer biomarker testing is an integral part of oncology clinical research and cancer drug development. It allows the monitoring of tumor responses to the investigational therapies. It further assists anti-cancer drug development by generating information to correlate with responses and to detect early relapse. It may also provide information assisting cancer early detection and diagnosis. The Molecular Targets Core in the Genetics Branch conducts biomarker studies for cancer drug trials and clinical investigations at CCR. A recent development in the Core is to analyze circulating tumor DNA and to use it as alternative novel biomarkers for tumor responses to investigational therapies. The technology is currently used in two clinical trials with more in the planning stage. While a proof of concept study has been completed, serum DNA was isolated manually, which is labor intensive and prone to mistakes. With the requirements for much increased sample numbers, the reliability of the DNA isolation process, and the ability of tracking, an automated system that increases throughput and reliability is critically needed. The Molecular Targets Core in the Genetics Branch has extensive commitments in clinical biomarker testing and analysis for anti-cancer drug trials and clinical investigations at CCR. The group has committed to conduct investigations into serum cell free DNA as real-time markers for treatment responses to novel and investigational anti-cancer therapies, and have succeeded in pilot experiments using a manual method for DNA isolation. This requirement is for a Brand Name or Equal "Promega Maxwell RSC" System for circulating, cell-free DNA isolation from plasma or serum. The instrument will allow the most efficient and reliable performance of continuation research that supports the National Cancer Institute's mission. This objective is to develop a novel and real time method of monitoring tumor response to anti-cancer therapies. Salient Characteristics for Brand Name or Equal Promega Maxwell RSC System • Intended use: plasma/serum DNA isolation capable of isolating very low levels of DNA (1-10ng) with greater than 50% yield. The samples need to be eluted in less than 50 ul for maximal sensitivity. • Automation: fully automated for the task with established protocols for sample preparation • Processing time: quick turn around with processing time of less than 1 ½ hr • Flexibility: capable of isolating DNA from 1 to 16 clinical samples • Premade reagents: premade and quality controlled reagent cartridges for single samples for easy set-up • Tracking: capable of integrating barcode reader for samples, reagents, and products tracking • Small footprint: bench top instrument of about 1 foot wide • Support: on-site user training, and instrumentation support and service II. Delivery: Contractor shall deliver the item(s) within 30 days after award to: NIH/NCI Bethesda, Maryland 20892. The Contractor that receives the award will be provided with the complete mailing address and point of contact. Upon award, contractor must notify the NCI Technical Point of Contact to schedule the delivery. III. Payment: Payment shall be made after delivery and acceptance of the Technical Point of Contact. Payment authorization requires submission and approval of invoice to the NCI COR and NIH Commercial Accounts. QUESTIONS ARE DUE: April 13, 2016 The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the quote. The Government reserves the right to make an award without discussions. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal. (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. 52.212-1 Instructions to Offerors Commercial Items (APR 2014); 52.212-2 Evaluation Commercial Items (OCT 2014): FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- (March 2016) WITH DUNS NUMBER ADDENDUM {52.204-6 (July 2013)}; FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (May 2015); FAR Clause 52.212-5: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (March 2016). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition; FAR Clause 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) FAR Clause 52.204-13 System for Award Management Maintenance (Jul 2013) FAR Clause 52.211-5 Material Requirement (Aug 00) FAR Clause 52.211-17 Delivery of Excess Quantities (Sept 1989) FAR Clause 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns FAR Clause 52.222-3 Convict Labor (June 2003) FAR Clause 52.222-21 Prohibition of Segregated Facilities (Apr 2015) FAR Clause 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Feb 2016) FAR Clause 52.222-20 Contracts for Materials, Supplies, Articles and Equipment Exceeding $15,000 (May 2014) FAR Clause 52.222-21 Prohibition of Segregated Facilities FAR Clause 52.222-26 Equal Opportunity (Apr 2015) FAR Clause 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) FAR Clause 52.222-50 Combat Trafficking in Persons (Mar 2015) FAR Clause 52.223-6 Drug-Free Workplace (May 01) FAR Clause 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 11) FAR Clause 52.225-3 Buy American - Free Trade Agreement - Israeli Trade (May 14) Alternate 1 (May 14) FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) FAR Clause 52.225-1 Buy American - Supplies (May 2014) FAR Clause 52.232-23 Assignment of Claims (Jan 86) FAR Clause 52.232-33 Payment by Electronic Funds Transfer-System for Awards Management (SAM) (Jul 2013) FAR Clause 52.233-3 Protest After Award (Aug 1996) FAR Clause 52.243-1 Changes - Fixed Price (Aug 87) Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/ or from Kimesha Leake, Contract Specialist at Kimesha.Leake@nih.gov OFFERORS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror's Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA) through www.sam.gov. Quotations must be received in the NCI-OA contracting office by 4:00 p.m. EST on April 20, 2016. Please refer to solicitation number N02RC62555-24 on all correspondence. Faxed quotations will NOT be accepted. Quotations may be submitted via email to Kimesha Leake, Contract Specialist at Kimesha.leake@nih.gov All questions shall be in writing and may be addressed to the aforementioned individual noted above. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management through sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC62555-24/listing.html)
 
Place of Performance
Address: Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E626, Bethesda, MD 20892, UNITED STATES., Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04075039-W 20160408/160406234401-134c13e63a96a3a2d3306566a4c07f18 (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.