Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2018 FBO #6134
SOLICITATION NOTICE

66 -- Brand Name or Equal SpectraMax iD5 Multi-Mode Microplate Reader

Notice Date
9/7/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Program Support Center, Acquisition Management Services, 7700 Wisconsin Ave, Bethesda, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
18-ARC-0001
 
Archive Date
9/26/2018
 
Point of Contact
Caran Fizer, Phone: 3014800319
 
E-Mail Address
Caran.Fizer@nih.gov
(Caran.Fizer@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, Purchasing-Administrative Research Center (P-ARC), 11400 Rockville Pike, Ste 726 Rockville, MD 20852. Description The National Cancer Institute (NCI) Center for Cancer Research (CCR), Surgery Branch plans to procure one Brand Name or Equal SpectraMax iD5 Multi-Mode Microplate Reader with injectors, accessories, installation and training. A machine that has broad dynamic range, chamber temperature controls from 5oC to 66oC, high sensitivity using a cooled detector, a spectral optimizer system, low volume capability to save precious samples, duel reagent injection system for multi-analytic manipulation. 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. 18-ARC-0001 includes all applicable provisions and clauses in effect through FAR FAC 2005-83 (August 2015) using simplified procedures for commercial items. This acquisition is a 100% small business set-aside. The North American Industry Classification System code is 334516 and the business size standard is 1,000 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 Salient Characteristics for the Microplate reader are as follows: • The Microplate read must have injectors • It must have a Monochromator-based Spectral Absorbance reader that are both Monochromator-based and filter-based in nature. • Contains hybrid filters and monochromator that are tunable in 1nm increments • Read mode for the wavelength ranges should be with the following parameters: absorbance 230-1000nm, fluorescence (em) 270-850nm, fluorescence (ex)250-830nm, luminescence 300-850nm, TRF (ex) 350nm, TRF (em) 450-750 and FP 300-750nm+. • Photometric absorbance has precision, repeatability, accuracy and linearity that are within <+0.003-0.1 OD +1.0% with 0-3 OD and 0-3 UV units. • Capacity to read fluorescence, luminescence TRF at low pM concentrations in a 96- or 384-well format. • It must have the capability to read NFC tags with standard NFC-tagged filters allowing researcher to reduce user error by containing the NFC-tagged filters internally. This allows for the recall of positional information for further analysis. • The Microplate reader must be capable of increasing its dynamic range without photobleaching. • Uses a high-power xenon flash lamp helps reduce this issue. • Contains silicon photodiode and ultra-cooled photomultiplier tubes as detectors. • Utilizes multiple types of read types such as; endpoint, kinetic, spectrum scan and well scan increasing experimental possibilities. • Read times for the different parameters is essential (example; absorbance-28 seconds, fluorescene-21 seconds, luminescence-21 seconds, TRF-25 seconds and FP-35 seconds.) • It must have an Ultra-cooled camera system increasing sample sensitivity. • Plate reader needs to have the capacity to shake/mix samples within plates in a linear, orbital or double orbital mode. • The unit must stay within these dimensions: H 41cm x L 54cm x D 60cm. • It must be able to be utilized as a Western Blot system that has these capabilities: • Scanning in real time allowing using high resolution fluorescence • It combines superior sensitivity with ultra-high dynamic range of a non-degrading assays • Small volume capacity and ability to read anywhere from 6 to 384-well plates II. Delivery: Contractor(s) shall deliver the item within 7-10 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 delivery, contractor must notify the NCI Requester to schedule the installation date and time. III. Installation: Installation and training shall occur within two weeks of delivery. IV. Payment: Payment shall be made after delivery, installation, and successful operation of equipment. Payment authorization requires submission and approval of invoice to the NCI COR and NIH Commercial Accounts. QUESTIONS ARE DUE: September 10, 2018 at 11:00 am EST. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (APR 2014) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS (MAR 2015) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (MAY 2015) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (MAY 2015). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition: FAR Clause 52.203-6 Restrictions on Subcontractor Sales to the Government FAR Clause 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns. FAR Clause 52.219-6 Notice of Total Small Business Set-Aside FAR Clause 52.219-8 Utilization of Small Business Concerns FAR Clause 52.219-28 Post Award Small Business Program Representation FAR Clause 52.222-3 Convict Labor FAR Clause 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR Clause 52.222-21 Prohibition of Segregated Facilities FAR Clause 52.222-26 Equal Opportunity FAR Clause 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR Clause 52.222-36 Affirmative Action for Workers with Disabilities FAR Clause 52.222-37 Employment Reports of Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR Clause 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees FAR Clause 52.225-5 Trade Agreements FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases FAR Clause 52.232-33 Payment by Electronic Funds Transfer-System for Award Management FAR Clause 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels 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. (End of provision) 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/reference.jsp or Caran.Fizer@mail.nih.gov SUBMISSION INFORMATION Proposals 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 valid certification in the System for Award Management (SAM) at www.sam.gov. Questions must be submitted electronically (via email) to Caran.Fizer@mail.nih.gov in MS Word or Adobe Portable Document Format (PDF), no later than September 10, 2018, 11:00 am, EST. Quotes must be submitted electronically (via email) to Caran.Fizer@mail.nih.gov in MS Word or Adobe Portable Document Format (PDF), no later than September 11, 2018 11:00 am, EST. All responses must be received by the specified due date and time in order to be considered. QUOTES RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. No collect calls will be accepted. Please refer to solicitation: 18-ARC-0001 on all correspondence. EVALUATION The award decision will be based on a Lowest Price Technically Acceptable (LPTA) determination. Award will be made on all or none basis. 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 Clause 52.211-6. PRICE QUOTE The Offeror shall prepare a price quote that contains all information necessary to allow for a comprehensive evaluation of the prices quoted. Specifically, your quote must include the following: Federal Tax Identification Number (TIN); Data Universal Numbering System (DUNS) Number; and Business Size (e.g., small or large).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/18-ARC-0001/listing.html)
 
Place of Performance
Address: NIH/NCI, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN05079101-W 20180909/180907231420-05f34cf5a774f32d2f634843559fd6c7 (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.