SOLICITATION NOTICE
66 -- BioRad ChemiDoc MP system for protein detection (Brand Name restriction)
- Notice Date
- 8/25/2022 2:31:35 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- RFQ-NIAID-2136840
- Response Due
- 9/4/2022 1:00:00 PM
- Archive Date
- 09/19/2022
- Point of Contact
- Lu Chang, Phone: 2406273034, Laura Grey, Phone: 4063759812
- E-Mail Address
-
lu-chang.lu@nih.gov, laura.grey@nih.gov
(lu-chang.lu@nih.gov, laura.grey@nih.gov)
- Description
- Acquisition Description: This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and solicitation for commercial Items,� as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-04, January 30, 2022. The North American Industry Classification System (NAICS) code for this procurement is 334516 - Analytical Laboratory Instrument Manufacturing (Size Standard 1000). The combined synopsis/solicitation number is RFQ-NIAID-2136840 and this is issued as a Request for Quotes (RFQ), under a Brand Name restriction (considered limited source restriction). This requirement it NOT a set aside for small business. The vendors who submit a response to this RFQ must be an authorized seller/reseller of these products. BRAND NAME: NIAID requests responses from qualified sources capable of providing the requirements as outlined. To be considered for award, vendors must provide the exact brand and model number of the product from the required brand-name owner/manufacturer, along with specific services and/or warranties that typically comes with these items when purchased directly from the owner/manufacturer. Project Description: National Institute of Allergy and Infectious Diseases (NIAID)�s Laboratory of Host Immunity and Microbiome (LHIM) (collectively �Program�) is a new laboratory established in 2021. The goal of Program is to assess the consequences of environmental stress, such as infection, nutrition, and pollution, on host immunity and predisposition to inflammatory disorders in the context of fetal development, early life, and in adults. Program�s research is attempting to gain insight beyond the immune cells obtained normally in peripheral blood, and gain insight into the tissue immune landscape. Of special importance to Program�s research is understanding the fungal exposure at tissue boundaries. How deadly fungal pathogens overcome mammalian innate immunity is largely unknown. Thus, Program needs equipment that will be used to identify fungal secreted proteins that escape normal immune surveillance to enable tissue infection. The system being purchased must include a T100 Thermocycler, a MicroPulser electroporator, and the ChemiDoc MP. The system must be capable of performing imaging and detecting proteins through multiplex fluorescent western blotting (RGB, far-red, near-IR), chemiluminescence detection in SDS-PAGE gels, and stain-free gel and blot imaging. The equipment identified in this acquisition enables the lab to accomplish its research objectives by performing a series of molecular biology techniques, specifically for imaging and detecting these isolated and re-engineered proteins through multiplex fluorescent western blotting, chemiluminescence detection in SDS-PAGE gels, and stain-free gel imaging protocols currently in use in Program�s lab at the LHIM. Requirements: Brand Name Restriction items: The items includes the following: 1652100; MicroPulser Electroporator 100--120 V/220--240 V, electroporation instrument, includes 10 sterile electroporation cuvettes (5 each of 0.1 cm and 0.2 cm electrode gap width) 1861096; T100 Thermal Cycler Thermal cycler system, includes 96-well thermal cycler, power cord, tube support ring 12003154; ChemiDoc� MP Imaging System The ChemiDoc MP Imaging System is a full-feature, best-in-class instrument for imaging and quantifying nucleic acid and protein in gels and western blots. It is capable of imaging fluorescent western blots (RGB, far-red, near-IR), chemiluminescent western blots, all common nucleic acid and protein gel stains, plus stain-free gels. Includes internal computer, 12"" touch-screen display, camera, Image Lab� Touch Software, and Image Lab Software 12003026; White Sample Tray for ChemiDoc� MP/ ChemiDoc Imaging Systems Pkg of 1, sample tray for gels and blots stained with Coomassie Blue, copper, silver, or zinc stains 12003027; Blue Sample Tray for ChemiDoc� MP/ ChemiDoc Imaging Systems Pkg of 1, sample tray for nucleic acid applications with GelGreen or any SYBR Stain 12004162; StarBright Blue 700 Goat Anti-Rabbit IgG, 80 �l Pkg of 1, lyophilized goat anti-rabbit IgG conjugated with StarBright Blue 700 Fluorophore; reconstitute to 80 �l 12004166; hFAB Rhodamine Anti-Tubulin Primary Antibody 40 �l Pkg of 1, lyophilized rhodamine- conjugated anti-tubulin human Fab fragment; reconstitute to 40 �l 1610363; Precision Plus Protein Unstained Protein Standards, Strep-tagged recombinant, 1 ml 1 ml, unstained mixture of ten Strep- tagged, recombinant proteins (10--250 kD), including three reference bands (25, 50, 75 kD), 100 applications 1705062; Clarity Max Western ECL Substrate, 100 ml Pkg of 1, contains 50 ml Clarity Max Western Peroxide Reagent and 50 ml Clarity Max Western Luminol/Enhancer Reagent 4568096; 4--20% Mini-PROTEAN TGX Stain-Free Protein Gels, 15 well, 15 �l Pkg of 10, 4--20% precast polyacrylamide gel, 8.6 � 6.7 cm (W � L), for use with Mini-PROTEAN Electrophoresis Cells Prices must include shipping & handling and any other applicable fees. Place of Performance or Delivery: NIAID-LHIM Building 10 � Clinical Center 10 Center Drive Room 7N111 Attn: Brian Seller Bethesda, MD 20814 FOB: Destination The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. By submitting an offer in response to this RFQ, confirms acceptance that the government terms and conditions will prevail over the award.� The award will be based on the following: the capability to meet the brand name requirement and price. Submission shall be received not later than September 04, 2022 @ 4:00 PM EST Offers may be e-mailed to Lu Chang at , Offers shall include RFQ number in the subject line (RFQ-NIAID-2136840). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All responsible sources may submit an offer that will be considered by this Agency.� Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Lu Chang at . ________________________________________________________________________________________________________ By submitting a response to this posting, your facility is accepting that the following Government Terms and Conditions shall prevail over the purchase order award: The following FAR provisions apply to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference. (Feb 1998) 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 this/these address(es): https://www.acquisition.gov/ 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 (NOV 2021) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (NOV 2021) FAR 52.229-11 Tax on Certain Foreign Procurements�Notice and Representation (Jun 2020) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (JAN 2017) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) FAR 52.204�26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) The following FAR contract clauses apply to this acquisition: 52.252-2 -- Clauses Incorporated by Reference. (FEB 1998) 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 this address:� http://farsite.hill.af.mil/vffara.htm FAR 52-212-4 Contract Terms and Conditions Commercial Items (NOV 2018) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JAN 2022) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) Health and Human Services Acquisition Regulations (HHSAR) The following additional Health and Human Services Acquisition Regulations (HHSAR) clauses are applicable to this requirement, copies are available from http://www.hhs.gov/policies/hhsar/: Provisions 352.239-73 Electronic and Information Technology Accessibility Notice (December 18, 2015) Clauses 352.203-70 Anti-Lobbying (December 18, 2015) 352.208-70 Printing and Duplication (December 18, 2015) 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) 352.239-74 Electronic and Information Technology Accessibility (December 18, 2015) The following additional provisions and clauses are applicable to this requirement and provided in full text as Attachments: FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.209-7, Information Regarding Responsibility Matters (Oct 2018) FAR 52.212-1 Instructions to Offerors-Commercial Items (Jul 2021) (Tailored) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Sep 2021) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/534420452b074c9c8bc1d7223ebacefb/view)
- Place of Performance
- Address: Bethesda, MD 20814, USA
- Zip Code: 20814
- Country: USA
- Zip Code: 20814
- Record
- SN06441686-F 20220827/220825230131 (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 |