Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 22, 2020 SAM #6688
SOLICITATION NOTICE

65 -- U-PLEX KITS

Notice Date
3/20/2020 5:51:20 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325414 — Biological Product (except Diagnostic) Manufacturing
 
Contracting Office
NIH, NICHD, OD OAM OFC ADMIN MGMT BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NICHD-20-063
 
Response Due
4/3/2020 8:00:00 AM
 
Archive Date
04/18/2020
 
Point of Contact
Verne Grifin, Phone: 3015947730, Kyle Wisor, Phone: 3018277736
 
E-Mail Address
verne.griffin@nih.gov, kyle.wisor@nih.gov
(verne.griffin@nih.gov, kyle.wisor@nih.gov)
 
Description
�������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������� �������������������������������������������������� COMBINED SYNOPSIS / SOLICITATION WORKFORM Action Code:� Combined Synopsis/Solicitation � Date: March 20, 2020 � Year: 2020 � Contracting Office Zip Code: 20892 � Classification Code: � Contracting Office Address: 6710B Rockledge Drive Bethesda, MD 20892 � Subject/Title: U-Plex Assay Kits � Proposed Solicitation Number: NICHD-20-063 � Closing Response Date: April 3, 2020 � Contact Point: Verne L Griffin � Contract Award and Solicitation Number: TBD � Contract Award Dollar Amount: TBD � Contract Line Item Number(s): TBD � Contractor Award Date: TBD � Contractor Name: TBD � Description: (Background) � � �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; quotes are being requested and a written solicitation will not be issued.� ��The NIDDK Clinical Core Laboratory processes, labels, catalogues, stores and analyzes clinical samples for investigators within NIDDK. We Choose these kits� to measure biomarkers for NIDDK� protocol because these U-Plex kits combination of electrochemiluminescence and MULTI?ARRAY technologies provides unsurpassed sensitivity and multiplex capabilities, making this an exceptional detection system for everything from basic research to biomarker identification to long term drug development studies,� the stimulation and detection are decoupled, resulting in reduced background, and greater sensitivity, dynamic range, and data quality,� it is using less volume of samples to get more accurate data with a greater dynamic range.� NIDDK�s main objective is to measure Human Gut hormones & Human Inflammatory markers U-Plex kits. � � The solicitation number is NICHD-20-063 and the solicitation is issued as a request for quote (RFQ). � The solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04 effective 15 Jan 20 � �The associated NAICS code is 325414, Biological Product (except Diagnostic) Manufacturing, and the small business size standard is 1,250. �The acquisition is being conducted in accordance with the procedures of FAR Part 12 and FAR Part 13. � The Contractor Requirements are listed below: � � Period of Performance:� � (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, is applicable.� Award will be made to the contractor providing the most advantageous quote to the Government.� Technical factors, past performance, and price considered. � � (x)����� FAR clause 52.212-3, Offeror Representations and Certifications � Commercial Items, is applicable.� An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (p) of this provision. � (xi)���� 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. �Including the following clauses and Prohibitions: � 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.225-13, Restrictions on Certain Foreign Purchases 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving � Additional Clauses: � 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items � Deviation for Simplified Acquisitions applies to this acquisition FAR Clause 52.204-24, Representation Regarding Certain Telecommunication and Video Surveillance Services or Equipment; FAR Clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; FAR Clause 52.213-4 to reflect the changes in FAC 2019-05 and FAR Clause 52.244-6 to reflect the changes in FAC 2019-05. � (xiii)��� Additional Contract Requirements: None � (xiv)��� The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable. � (xv)��� Offers shall be submitted via email to �verne.griffin@nih.gov � Place of Contract Performance: ���� National Institute of Health, NIDDK ���� 6707 Democracy Boulevard ���� II Democracy Plaza Bethesda, MD 20892 � Set-aside Status: TBD � �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/42329ee249094ab9be6a3901f06df5a6/view)
 
Place of Performance
Address: MD, USA
Country: USA
 
Record
SN05596063-F 20200322/200320230144 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.