Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 26, 2024 SAM #8186
SOLICITATION NOTICE

66 -- Odyssey M bundle imaging system with a trade-in Odyssey instrument

Notice Date
4/24/2024 1:54:50 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-24-2219374
 
Response Due
5/4/2024 1:00:00 PM
 
Archive Date
05/19/2024
 
Point of Contact
DIANA ROHLMAN, Phone: 4063639366, Jesse Weidow
 
E-Mail Address
diana.rohlman@nih.gov, Jesse.weidow@nih.gov
(diana.rohlman@nih.gov, Jesse.weidow@nih.gov)
 
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. The Solicitation number is RFQ-NIAID-24-2219374 and the solicitation is issued as a Request for Quotes (RFQ). 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) FAC 2024-03 February 23, 2024 The North American Industry Classification System (NAICS) code for this procurement is 334516 / 1000 employees � analytical laboratory instrument mfg. �The requirement is being competed full and open competition, brand name restriction and without a small business set-aside. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for:� an Odyssey M Bundle Imaging System to perform investigations of the molecular biology of viruses, the interactions of viruses with host cells, the pathogenesis of viral diseases, and host defense mechanisms to viral infections. This requirement must also provide a trade-in credit for our recently acquired Odyssey XF Imaging system for a new LI-COR Odyssey M Imaging System. It is versatile and can capture assays in 18 different channels, including white light, luminescence (i.e., bioluminescence and chemiluminescence) and fluorescence (i.e., visible and near-infrared (NIR)). The imager uses infrared detection and laser excitation and sCMOS-based line imaging and most importantly, an active scanning array for optimal sensitivity image resolution. It also offers a wide range of illumination and no imager saturation in biologically relevant samples to overcome common band saturation issues.� Installation: shall install the new equipment and associated peripherals (i.e., main imager, computer workstation, etc.) after delivery of the unit to the appropriate building and in-lab location. The contractor will make sure the unit is functional and working properly prior to government officials accepting the product as �received�. Training: Contractor (LI-COR Biosciences) shall provide a instrument training and software tutorials to new lab members at a specific time after the unit has been installed. The minimum requirements include: Brand Name Restriction� Manufacturer LICOR, INC � ��� �Qty: 1 Model 3350-01NC Odyssey M - Chemi/Fluor - Imaging Bundle - Basic - No Computer ��� �Odyssey M - Chemi/Fluor - Imaging Bundle - Basic - No Computer ��� �WITH A TRADE IN INSTRUMENT OF ***Trade-in Serial # OXF-2311*** All trade-in offers will be considered as long as the trade-in value is at least $32,490.00 as the predetermined value set by NIH. � �� ��� �SHIPPING AND HANDLING, FOB DESTINATION - Which includes inside delivery and or lift gate service.� ��� �To Include: ��� �- Instrument: Odyssey M (Chemi/Fluor) Infrared Imager ��� �- Acquisition Software: LI-COR Acquisition Software (LAS) ��� �- Data Analysis Software: Empiria Studio ��� �- Software licenses: 1 user license of LAS, 1 user license of Empiria Studio ��� �- Accessories: Odyssey M (Chemi/Fluor) Accessories ��� �- Manuals: Owner�s manual ��� �- Computer: None ��� �- Warranty: One year ��� �- Installation: On-site ��� �- Remote Training: New user hardware, software, and application training with an Expert Coach. �� ��� �- Remote Advanced Training: Personalized advanced software and application training with an Expert Coach.� ��� �- Applications Guides: Contains protocols optimized for meeting publisher requirements for Western blot and in-Cell Western data submission ��� �- Acquisition Software: Image Acquisition software which collects raw, unaltered images. ��� �- Data Analysis Software: Software which is based on publisher, granting agencies and industry experts best practices to ensure data robustness. ��� �- New user startup reagents that have been optimized for the highest quality data ��� �- Unlimited access to internal application and instrument experts via phone, e-mail or chat ��� �- Unlimited access to online educational materials Delivery Location: NIH/NIAID VACCINE RESEARCH CENTER 40 Convent Drive� Bldg 40� Bethesda, MD 20814 �� FOB: Destination * By submitting a quotation, you are accepting that all government terms and conditions set forth herein shall prevail over the award. 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. The award will be based the lowest price technically acceptable. By submitting a quotation, you are accepting that all government terms and conditions set forth herein shall prevail over the award. The technical evaluation will be based on the following: technical capability to meet the requirements listed on the attachment, and then price. The following FAR provisions apply to this acquisition:� FAR 52.212-1 Instructions to Offerors Commercial Items (SEP 2023) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (FEB 2024) FAR 52.204-7 System for Award Management (OCT 2018) (Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (JAN 2017) 52.204�26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26 The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (NOV 2022) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (FEB 2024) *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 (MAR 2023) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015) FAR 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 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. Submission shall be received not later than May 4, 2024 @ 4:00 EST Offers may be e-mailed to Diana Rohlman (E-Mail/ diana.rohlman@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-24-2219374). 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 Diana Rohlman at diana.rohlman@nih.gov. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4fdd6a3aab9249aa91489e75d00ca194/view)
 
Place of Performance
Address: Bethesda, MD 20814, USA
Zip Code: 20814
Country: USA
 
Record
SN07041814-F 20240426/240424230052 (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.