Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 05, 2020 SAM #6824
SOLICITATION NOTICE

66 -- ImageQuant 800 Fluor with PC

Notice Date
8/3/2020 11:39:43 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
HHS-NIH-NIDA-RFQ-20-008481
 
Response Due
8/7/2020 11:00:00 AM
 
Archive Date
08/22/2020
 
Point of Contact
Fred Ettehadieh
 
E-Mail Address
Fred.Ettehadieh@nih.gov
(Fred.Ettehadieh@nih.gov)
 
Description
�(i)������� 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. (ii)������� The solicitation number is HHS-NIH-NIDA-RFQ-20-008481 and the solicitation is issued as a request for quotation (RFQ). 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; FAR Subpart 13.5� Simplified Procedures for Certain Commercial Items; and FAR Part 12�Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold.� THIS IS A COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).� This acquisition is conducted for a commercial item or service and is conducted pursuant to FAR Subpart 13.5�Simplified Procedures for Certain Commercial Items and FAR 13.501, Special Documentation Requirements, in accordance with 41 United States Code (U.S.C.) 1901. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2020-06, with effective date May 6, 2020. (iv)������ The associated NAICS code is 334516 and the small business size standard is 1,000 employees. This requirement is does not have set-aside restrictions. (v)������� Purpose and Objectives: Image scanner Cytiva ImageQuant 800 Fluor with PC Cytiva (vi)������ Background: It is a digital biomolecular imaging system for sensitive, quantitative imaging of gels, membranes, and blots. Two image-acquisition areas of 220 � 160 mm (bottom) and 110 � 80 mm (top). 16-bit camera with a 8.3-megapixel high-resolution Peltier-cooled CCD chip can be cooled to -25�C. Cooling allows reduction in background electronic noise, resulting in cleaner acquisition of long exposure chemiluminescent images. SNOW mode allows users to achieve high sensitivity without compromising on resolution, detect more weak bands in blots, extend the linear dynamic range by avoiding saturation, auto-stop when the best possible image is acquired, and eliminate time spent optimizing exposure time or capture setting. Project requirements: Salient Purchase Description: IQ 800 Flour is a digital biomolecular imaging system for sensitive, quantitative imaging of gels, membranes, and blots. Many users also use to count colonies or image multi-well plates when paired with the non-parallax lens. The system is primarily designed for chemiluminescent and fluorescence Western blots. The IQ 800 o ers a Fluor model that contains red, green, blue, NIR short, and NIR long fluorescence channels for acquisition of light from a range of fluorophores. In addition, the IQ 800 supports the use of custom filters that can be supplied by the customer to image more niche fluorophores if desired. IQ 800 Flour has a multipurpose 16-bit camera with a 8.3-megapixel high-resolution Peltier-cooled CCD chip. This combined with better signal processing and noise reduction results in superior 325 DPI publication quality images. The camera captures excellent quantitative data across 65,535 gray scales, allowing sensitive detection of weak features without saturating strong features in the image. A single image acquisition can capture and quantitate a wide range of signal intensities. The sensitivity of the IQ 800 Flour is driven by its superior optics. The CCD camera of the IQ 800 Flour can be cooled to -25�C. Cooling allows reduction in background electronic noise, resulting in cleaner acquisition of long exposure chemiluminescent images. The camera takes less than 5 minutes to cool down and the cooling is constantly monitored, which eliminates variability and increases reproducibility. IQ 800 Flour uses a method of combining several pixels into a larger pixel during readout of CCD chip. It allows user to achieve higher resolution and therefore better separation of close bands. Binning settings can be easily changed by the user before image acquisition. IQ 800 Flour saves data in 16-bit TIFF format and in JPEG format. ImageQuant TL software supports of multicolor fluorescence images with up to four channels and offers a consistent user interface with Navigator style dialog boxes for standardization, fully automatic 1D analysis process including lane detection, background subtraction, and band detection, with the press of a single button. Besides 1D analysis the IQTL software can also be used for colony counting and array analysis functions. (vii)����� The Government anticipates award of a firm fixed-price contract for this acquisition with a Delivery Schedule of 4 � 6 weeks after award. (viii)���� 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 (Jun 2020) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2020) 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). Addendum to this FAR clause applies to this acquisition and is attached. HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) The following provisions and 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 (June 2020) NIH Invoice and Payment Provisions (ix)������ The provision at FAR clause 52.212-2, Evaluation-Commercial Items, applies to this acquisition.� (a) 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: Lowest Price Technically Acceptable (LPTA). Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order and any warranties. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation. Under the LPTA process, Offerors' will be determined to be ""technically acceptable"" or ""technically unacceptable."" (b) 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. (x)������� The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi)������ There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xii)����� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiii)���� Responses to this solicitation must include clear and convincing evidence of the offeror�s capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. 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 responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be submitted electronically (via e-mail) to Fred Ettehadieh, Contracting Officer at fred.ettehadieh@nih.gov by the closing date and time of this announcement and must reference solicitation number HHS-NIH-NIDA-RFQ-20-008481. Facsimile responses are NOT accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ac9445a7c760455ab740be30c3fb57d9/view)
 
Place of Performance
Address: Bethesda, MD, USA
Country: USA
 
Record
SN05743309-F 20200805/200803230147 (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.