SOLICITATION NOTICE
66 -- New Automated JESS Western Protein Analysis System and Maintenance Service
- Notice Date
- 7/8/2020 7:08:12 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95020Q00102
- Response Due
- 7/22/2020 9:00:00 AM
- Archive Date
- 08/06/2020
- Point of Contact
- Diedra Prophet, Phone: 3014028070, Karen Mahon
- E-Mail Address
-
diedra.prophet@nih.gov, karen.mahon@nih.gov
(diedra.prophet@nih.gov, karen.mahon@nih.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Purchase of New Automated JESS Western Protein Analysis System and Maintenance Service 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. The solicitation number is 75N95020Q00102�the solicitation is issued as a request for quotes. 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; and FAR Part 12�Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).� The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of the National Institute on Aging (NIA), intends to negotiate and award a firm fixed price purchase order without providing for full and open competition (including brand-name) to a company that is able to provide a ProteinSimple brand Jess Western Protein Analysis System. This acquisition is conducted as non-competitive for a commercial item or service and is pursuant to (FAR) 13.106-1(b)(1). The rationale for the brand name justification is that ProteinSimple, a Biotechne company, is the manufacturer of the Jess Western System. The automation separates protein by size and precisely manages antibody additions, incubation, washes and detection steps.� The results will be fully analyzed and quantitated in 3 hours.� This is nearly 10 times faster than a traditional Western.� Combined with the fact that the process is consistently the same regardless of the user adds to the reproducibility of your results.� The software in the program performs the analysis of the proteins present eliminating the varying results obtained from individuals guessing how much of a band to incorporate into densitometry analysis such as the process performed in ImageJ.� The sensitivity of this system, allowing one to measure proteins at the picogram level is also much improved over that obtained using chemiluminescence, even for the low-level sensitivity kits on the market.� The high-throughput aspect with both a 13 ad 25 sample capillary cartridge also increases the amount of results one can obtain in a short time.�� The fact that the process is almost entirely automated, once the sample is loaded also allows the researcher time to do other important experiments. In light of the current environment in which research results are required at a fast pace and the mandatory element of accuracy, the Jess Western System is the only brand on the market that can meet NIH�s need. The solicitation document and incorporated provisions and clause are those in effect through Federal Acquisition Circular (FAC) Number 2020-06, with effective date May 6, 2020. The associated NAICS code is 334516 and the small business size standard is 1,000 employees. This requirement will be a Total Small Business Set-Aside. The purpose of this requirement is to provide NIA with a ProteinSimple Jess Western Protein Analysis System. �The designed system should combine all of the stages of protein analysis and the only user input is adding to a reaction plate cell lysates, buffers, and antibodies. This system should be operational and continue to provide quality data for a period of no less than 7 (seven) years from date of delivery.� Any updates to the software shall be included in the life of the system. Salient characteristics of the requested Jess Western Protein Analysis System are as follows: Jess System (with PC), 004-650 Jess Training Support, PSN-N007 Jess Silver Service Plan � 12-month service plan over the base period and four twelve-month option periods Freight & Handling (Wes/Jess) Ability to run up to 25 protein samples Capable of loading as low as 0.3 �g protein per sample Must be able to detect protein bands from 6 kD up to 300 kD Option to use either chemiluminescence or fluorescence for protein detection Multiplexing capabilities for a minimum of 2 samples Protein normalization Visualize bands in traditional Western format as well as lane view option to compare band intensity in a graphical format Software included for protein analysis as well as multi-user options for storing data Power must be compatible with US power sources. USB port for data retrieval Shall include onsite Installation and Training LEVEL OF EFFORT: The service will be provided by a qualified Biotechne technician who has trained specifically on these instruments. GOVERNMENT RESPONSIBILITIES The government will be expected to ensure that the installation is performed to the users satisfaction, in a timely manner, and will allow access to the technician for onsite visits.� Furthermore, the government will be responsible for seeing that the machine is decontaminated for any maintenance that is required on the system. DELIVERY OR DELIVERABLES The contractor would be required to ensure a timely delivery of items. The contractor is solely responsible to ensure that the system is delivered safely and without any damage to the system. REPORTING REQUIREMENTS The contractor would be responsible for documenting any service that has been performed on the system. KEY PERSONNEL Contractor will provide certified technicians DATA RIGHTS No data will be obtained by contractor PUBLICATIONS and PUBLICITY The contractor will not write and publish articles of data produced as a result of the requirements of the SOW. ONFIDENTIALITY of INFORMATION The government will not provide to the contractor any information or data of a personal nature about individual(s) or proprietary information or data pertaining to an institution or organization which is confidential. The Government anticipates award of a firm fixed price purchase order for this acquisition, and the anticipated delivery date is 30 days after receipt of order (ARO). Delivery will be f.o.b. destination. The place of delivery and acceptance will be 251 Bayview Boulevard, RM 10C218, Baltimore, Md 21224. Additionally, the government anticipates option periods. The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018) FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) FAR 52.225-4, Buy American-Free Trade Agreements-Israel Trade Act Certificate (May 2014) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far���� https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html� (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018) FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000): 15 days, 30 days, 5 years HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) The following clauses apply to this acquisition and are attached in full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUL 2020) Standard NIH Invoice and Payment Provisions (2/2014) Interim NIH Invoice and Payment Provisions (4/2020) The provision at FAR clause 52.212-2, Evaluation-Commercial Items, applies to this acquisition.� The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price. Technical capability is significantly more important than price. 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). 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.� Offerors shall include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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 that believe that they are manufacturers or authorized resellers 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.� 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 offers must be received by Monday, July 22, 2020 at 12:00 pm Eastern Daylight Time (EDT) and must reference solicitation number 75N95020Q00102�. Responses must be submitted electronically to Diedra Prophet at diedra.prophet@nih.gov . Fax responses will not be accepted. The name and of the individual to contact for information regarding the solicitation: Diedra Prophet, Contract Specialist, diedra.prophet@nih.gov � Karen Mahon,�Contracting Officer,�Karen.Mahon@nih.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/fac426dbdde24a3fa7a782179829b894/view)
- Place of Performance
- Address: Baltimore, MD 21224, USA
- Zip Code: 21224
- Country: USA
- Zip Code: 21224
- Record
- SN05715210-F 20200710/200708230145 (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 |