Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2017 FBO #5874
MODIFICATION

66 -- Brand Name or Equal Bio-Rad Chemi Doc Touch Imaging

Notice Date
12/21/2017
 
Notice Type
Modification/Amendment
 
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
N02RC82512-73
 
Point of Contact
Ronette P. Collins, Phone: 2402765745, Reyes Rodriguez, Phone: 240-276-5442
 
E-Mail Address
ronette.collins@nih.gov, reyes.rodriguez@nih.gov
(ronette.collins@nih.gov, reyes.rodriguez@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this amendment is to update the evaluation criteria, and extend the reponse date to December 22, 2017 by 4:00PM, EST. Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E132, 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), Developmental Therapeutics Branch (DTB) 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. N02RC82512-73 includes all applicable provisions and clauses in effect through FAR FAC 2005-96 (NOV 2017) 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 purpose of this acquisition is to procure a ChemiDoc MP System Gel Imager that will be used to assist in experiments for NCI principle investigators to purify proteins/peptides for x-ray crystallography, biophysical or biochemical studies. Also perform a number of critical assays generally designed to identify protein or nucleic acids in cells as part of an overall effort to continue the DTB successful drug development and discovery of specific inhibitors for studied pharmacological targets. These ChemiDoc imaging system will replace film development of protein western blots with digital image capture. The Center for Cancer Research (CCR) Developmental Therapeutics Branch (DTB) at NCI has a continuous need for a comprehensive compact and automated gel imaging instrument system such as Brand name or equal Bio-Rad® ChemiDoc MP System Gel Imager in order to support both a clinical as well as a research role as all protocols involved with caring for patients with endocrine cancers. The imaging instrument system needs to also be able to acquire and analyze DNA and protein gel images, in addition to handling immunoblots with common ECL reagents or fluorescent or infrared range reagents. An instrument that can produce publication quality images is also required. Salient Characteristics for the brand name or equal Bio-Rad® ChemiDocTM Touch Imaging System: • Touch Gel Imaging System • Blot/UV/stain-free sample tray for trans-ultraviolet, epi illumination, and multiplex western blot applications • 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 • 12 month warranty 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: December 18, 2017 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 (NOV 2017); 52.212-2, Evaluation Commercial Items (OCT 2014): Award will be made to the responsible firm submitting the lowest priced technically acceptable (LPTA) offer; and meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. Award will be made on all or none basis. A technically acceptable offer is one in which the Offeror complies with the requirements/technical specifications stated above, and does not take exception, nor object to any of the terms contained in this request. Offers that are not technically acceptable will not be considered further. The technical evaluation will be a determination based on information furnished by the Contractor. The Government is not responsible for locating or securing any information which is not identified in the proposal. The Government reserves the right to make an award without discussions. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. If you are providing an "equal" product, you must submit additional documentation that highlights and describes how your offering is equal in accordance with FAR 52.211-6. 52.212-3 Offerors Representations and Certifications Commercial Items (NVO 2017) 52.212-4 Contract Terms and Conditions Commercial Items (JAN 2017), applies to this acquisition. 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items (NOV 2017). The following additional FAR clauses cited in this clause are applicable: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR Clause 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006) FAR Clause 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) FAR Clause 52.219-28, Post Award Small Business Program Representation (JUL 2013) FAR Clause 52.222-3, Convict Labor (JUN 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 (SEPT 2016) 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 52.225-13, Restrictions on Certain Foreign Purchases (JUN 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 Ronette Collins, Contract Specialist at ronette.collins@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 December 22, 2017. Please refer to solicitation number N02RC82512-73 on all correspondence. Faxed quotations will NOT be accepted. Quotations may be submitted via email to Ronette Collins, Contract Specialist at ronette.collins@nih.gov. Price Proposal The Offeror shall prepare a price proposal that contains all information necessary to allow for a comprehensive evaluation of the prices quoted. Specifically, your proposal must include the following: - Federal Tax Identification Number (TIN); - Data Universal Numbering System (DUNS) Number; - Business Size (e.g., small or large) 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/N02RC82512-73/listing.html)
 
Record
SN04774570-W 20171223/171221231910-3e7362313e80da79bdab08aef5e13b46 (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.