Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 05, 2021 SAM #7309
MODIFICATION

66 -- DNA Analyzer

Notice Date
12/3/2021 2:59:52 PM
 
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
75N95022Q00009
 
Response Due
12/13/2021 8:00:00 AM
 
Archive Date
12/28/2021
 
Point of Contact
Hashim Dasti, Phone: 301-443-4577, Karen Mahon, Phone: 301-435-7479
 
E-Mail Address
hashim.dasti@nih.gov, karen.mahon@nih.gov
(hashim.dasti@nih.gov, karen.mahon@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 75N95022Q00009 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.� (iii)��The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2021-07, with effective date September 10, 2021. (iv)��The associated NAICS code 334516 - Analytical Laboratory Instrument Manufacturing and the small business size standard is 1000 employees.�� This requirement is full and open with no set-aside restrictions. (v)��This is a Brand Name or Equal requirement is for the following Thermo Fisher items: This acquisition is to provide a DNA analyzer for analysis of DNA changes associated with Alzheimer�s Disease and other neurodegenerative disease disorders. A DNA analyzer is a powerful, standard genetic analysis device that provides microsatellite-based fragment analysis, de novo sequencing, resequencing, and single-nucleotide polymorphism (SNP) genotyping analysis. (vi)��The DNA analyzer must be a powerful, standard genetic analysis device that provides microsatellite-based fragment analysis, de novo sequencing, resequencing, and single-nucleotide polymorphism (SNP) genotyping analysis. The DNA analyzer must allow for multiple DNA samples to be processed simultaneously. The resultant data file must produce amino acid fragment read lengths up to 900 base pairs. The device must allow for two varying platforms, with multiple well configurations, allowing for flexibility in sample through put. The DNA analyzer must be compatible in form, fit, and function with NIA�s existing ThermoFisher DNA analyzer labware and capillary arrays. (vii)�Instrument must include these specifications: Compatible with 48- and 96-capillary arrays Advanced multiplexing capabilities for automated DNA fragment analysis with up to 6 unique dyes Single-line, 505 nm, solid-state, long-life laser that doesn�t require heat removal In-capillary detection and simultaneous dual-side capillary illumination Continuous 48 hour unattended operation Integrated autosampler and sample plate stacker Onboard piercing station Internal barcode reader Automated base calling and quality value (QV) assignment Polymer separation matrix system Oven with active temperature control (18�70�C) Software compatible with Windows 10 operating system Solid-state laser, 505 nm, long-life, single-line Sample volumes for 384-well sample plates: 5�30 ?L Sample volumes for 96-well sample plates: 10�50 ?L Integrated plate stacker that houses up to 16 sample plates All deliverables required under this contract shall be packaged, marked and shipped in accordance with Government specifications. At a minimum, all deliverables shall be marked with the contract number and Contractor name. The Contractor shall guarantee that all required materials shall be delivered in immediate usable and acceptable condition. The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date is 6 months after receipt of order (ARO). Delivery will be f.o.b. destination. The place of delivery and acceptance will be 9000 Rockville Pike, Bldg. T44, Bethesda, MD 20892. (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 (Aug 2020) FAR 52.212-1, Instructions to Offerors-Commercial Items (Sept 2021) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021) 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 (Aug 2020) 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) HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 2015) The following provisions and clauses apply to this acquisition and are attached in full text: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) �52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Sept 2021) FAR 52.223-99 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors (OCT 2021) (DEVIATION) NIH Invoice and Payment Provisions (2/2014) (ix)��The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: a. Technical capability of the item offered to meet the Government requirement; b. Price; and c. Past performance [see FAR 13.106-2(b)(3)]. � Technical capability and past performance, when combined, are significantly more important than price. 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 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. 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 quotations must be received by 11:00 A.M. Eastern, on Monday, December 13, 2021, and reference Solicitation Number 75N95022Q00009. Responses must be submitted electronically to Hashim Dasti, Contract Specialist, at hashim.dasti@nih.gov and Karen Mahon, Contracting Officer, at karen.mahon@nih.gov. Fax responses will not be accepted. (xiv)�The name and email address of the individuals to contact for information regarding the solicitation: Hashim Dasti, Contract Specialist, at hashim.dasti@nih.gov and Karen Mahon, Contracting Officer, at karen.mahon@nih.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f08148d6913a492a8c4cdc1a6caa0a01/view)
 
Record
SN06190551-F 20211205/211203230112 (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.