SOLICITATION NOTICE
65 -- Brand Name or Equal Bio-Rad Chemi Doc Touch Imaging - SF-1449 FORM
- Notice Date
- 8/31/2016
- 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
- N02RC62573-61
- Archive Date
- 9/22/2016
- Point of Contact
- KATHY D. ELLIOTT, Phone: 240-276-5570, Seena Ninan, Phone: 240-276-5419
- E-Mail Address
-
ELLIOTTK@MAIL.NIH.GOV, ninans@mail.nih.gov
(ELLIOTTK@MAIL.NIH.GOV, ninans@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- 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 Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E224, 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), Laboratory of Molecular Biology (LMB) would like to procure a Brand Name or Equal Bio-Rad ChemiDoc Touch Imaging System with three sample trays, and warranty. 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. N02RC62573-61includes all applicable provisions and clauses in effect through FAR FAC 2005-88 (August 2016) simplified procedures for commercial items. The North American Industry Classification System code is 334516 and the business size standard is 1000 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 The Laboratory of Molecular Biology (LMB) of the Center for Cancer Research (CCR) pursues 3 major areas of research to understand and treat cancer. One area comprises the study of antibody based cancer treatments for hematologic, liver and mesothelin based cancers. Another area is modeling of thyroid hormone based cancers. The third area focuses on basic biochemical processes of gene transcription, post-translational regulation, molecular chaperone systems that manage protein damage, and the localization and assembly of large protein structures. The purchase of the chemiluminescence and fluorescence imager is for digitally documenting Western and Northern blot data acquisition and quantifying that data. Salient Characteristics for the brand name or equal Bio-Rad® ChemiDocTM Touch Imaging System: • Touch Gel Imaging System • Chemi/UV/Stain-Free Sample Tray for trans-UV illumination • White Sample Tray for trans-white illumination • Blue sample tray for trans-blue illumination • Image Lab TM Touch Software with Touch-screen functionality • 2,758 H X 2,208 V pixels, 6.1 megapixels • 50% QE at 425 nm, max QE 75% at 600 nm • f/0.95 fast lens • 16-bit data acquisition • 4.54 x 4.54 μm pixel size • Low read noise, <6e- • Low dark current, 0.002 e/p/s at -25°C • Peltier cooling to -25°C, absolute • Powered by Image Lab TM Touch Software • MAC and PC compatible • Large imaging area, at least 16 x 18 • Zoomable lens • Acquisition and data analysis software • Cooled CCD camera • Automatic filter selection and light source depending on application • Optimal auto exposure • Overlay of colorimetric and chemiluminescent images II. Delivery: Contractor shall deliver the item(s) within 6 weeks 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 by the Technical Point of Contact. Payment authorization requires submission and approval of invoice by the NCI COR and NIH Commercial Accounts. QUESTIONS ARE DUE: September 2, 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 (OCT 2015); FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- (April 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 (June 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 52.219-28, Post Award Small Business Program Representation (Jul 2013) FAR Clause 52.222-3, Convict Labor (June 2003) FAR Clause 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) FAR Clause 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR Clause 52.222-26, Equal Opportunity (Apr 2015) FAR Clause 52.222-35, Equal Opportunity for Veterans (Oct 2015) FAR Clause 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) FAR Clause 52.222-37, Employment Reports on Veterans (Feb 2016) FAR Clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR Clause 52.225-1, Buy American Act--Supplies (May 2014) FAR Clause 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) Alternate II (May 2014) of 52.225-3 FAR Clause 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) FAR Clause 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) Full text copies of the representations and certifications for other cited provisions and clauses may be obtained online at the NCI website at http://ncioa.cancer.gov/oa-internet/ or from Kathy Elliott, Contract Specialist at Elliottk@mail.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 11:00 A.M. EST on September 7, 2016. Please refer to solicitation number N02RC62573-61 on all correspondence. Faxed quotations will NOT be accepted. Quotations may be submitted via email to Kathy Elliott, Contract Specialist at Elliottk@mail.nih.gov. All questions shall be in writing and may be addressed to the aforementioned individual noted above. 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/N02RC62573-61/listing.html)
- Place of Performance
- Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04249137-W 20160902/160831235704-58266061d8da58c51c4124fef9cc4b6f (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 |