SOLICITATION NOTICE
65 -- Cell Titer-Flur Assay
- Notice Date
- 7/25/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325413
— In-Vitro Diagnostic Substance 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-RFQ-2016-535
- Archive Date
- 8/24/2016
- Point of Contact
- Brian Lind, Phone: 301.827.5298
- E-Mail Address
-
lindbj@nida.nih.gov
(lindbj@nida.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- 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-SSSA-CSS-2016-535 and the solicitation is issued as a Request for Quote (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. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89 dated 07/14/2016. (iv)The associated NAICS code 325413 and the small business size standard 500 employees. This requirement is full and open with no set aside restrictions. (v)Tox21 is an effort to use the quantitative high-throughput screening (qHTS) approach to profile a collection of 10,000 compounds composed of environmental chemicals and drugs approved for human and animal use against a battery of cellular and biochemical assays for their potential to perturb biological pathways that may result in toxicity. Such a data set could be used to create a systematic view of the biological network and the interactions therein via its response to chemical perturbations. To achieve this goal, a set of assays needs to be selected or designed to measure targets that encompass all pathways that are relevant to toxicity. (vi)CellTiter-Fluor TM Assay by Promega Model # G6082 Viability Reagent 2 x 50ml This reagent must provide a specific measurement of the activity expected of our enzymes and cell based assays. In addition, the detection reagent must provide a readout which is scalable to 1536-well format, which is the standard format at NCATS, and a requirement of all screens that are run on the main robotic screening system. Further, any reagent must enable an assay that provides a readout which is compatible with the detection instrumentation currently installed on the NCATS' robotic system. The proposed reagent must finally enable an assay which provides a robust readout (with acceptable signal-to-background and Z' measurements) to allow for effective and efficient screening on the robotic screening system; screens which do not meet these criteria fail to provide actionable data, as the active compounds cannot be identified with confidence. (vii)Delivery will be made 1 to 2 weeks after receipt of order and will be shipped FOB to: NCATS, DPI Bldg. B, Rm 022 9800 Medical Center Dr. Rockville, MD 20850 (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. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (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. (x)The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi)The 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)The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. None (xiv)The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv)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. Respondents proposing on an equal product of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. Offerors must clearly state their delivery schedule as part of their quote. 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 August 9, 2016 at 9:00 AM EST and reference number HHS-NIH-NIDA-SSSA-CSS-2016-535. Responses may be submitted electronically to Mr. Brian Lind at lindbj@nida.nih.gov. Fax responses will not be accepted. (xvi)The name and telephone number of the individual to contact for information regarding the solicitation, Mr. Brian Lind at 301-827-5298.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-RFQ-2016-535/listing.html)
- Place of Performance
- Address: National Center for the Advancement of Translational Sciences, Rockville, Maryland, 20852, United States
- Zip Code: 20852
- Zip Code: 20852
- Record
- SN04195326-W 20160727/160726000500-2cc0751735abce4c7bd541f8aa105461 (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 |