Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2014 FBO #4617
SOLICITATION NOTICE

68 -- Phenotypic Assay Reagents

Notice Date
7/14/2014
 
Notice Type
Cancellation
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-14-440
 
Archive Date
8/7/2014
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION This is a combined synopsis/solicitation for commercial items. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This acquisition is being conducted in accordance with the procedures of FAR Part 13 - Simplified Acquisition Procedures. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-14-440 and the solicitation is issued as a request for quotation (RFQ). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 325998 with a Size Standard of 500 Employees. SET-ASIDE STATUS This acquisition is NOT set-aside for small businesses and is available for full and open competition. ACQUISITION AUTHORITY 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. This acquisition is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73, dated July 1, 2014. The resultant purchase order will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Purpose The purpose of this requirement is acquisition of reagents to support the National Center for Advancing Translational Sciences (NCATS) Division of Preclinical Innovation (DPI) in continuing to run phenotypic assays that inform on viability and apoptosis induction. Assays were begun using Promega Corporation reagents and it is essential that additional reagents be acquired to continue the NCATS DPI research to completion. Project Requirements The Contractor must be able to provide the following: 1. Twenty (20) Nano-Glo Dual Luciferase Reporter Assay System [Promega Item No. AX1500] 2. Three (3) ONE-Glo TM Luciferase Assay System, 1L [Promega Item No. E6130] 3. Thirty (30) Caspase-Glor® 3/7 Assay, 100 mL [Promega Item No. G8092] 4. One hundred ten (110) CellTiter-Glo® One Solution Assay, 500 mL [Promega Item No. G8462] 5. One (1) Dual-Glo® Luciferase Assay System 10 x 100 mL [Promega Item No. E2980] The contractor shall provide for delivery. To ensure research data integrity and that standardization is not jeopardized across assays, only Promega Corporation reagents will meet the needs of this requirement. Anticipated Period of Performance It is expected that delivery of all requirements will be completed within eight (8) weeks after contractor receipt of order. Specifically, delivery of requirement 1 is expected within eight (8) weeks after contractor receipt of order and delivery of requirements 2-5 is expected within three (3) weeks after contractor receipt of order. Contract Type The Government intends to issue a firm fixed price purchase order for this requirement. APPLICABLE CLAUSES AND PROVISIONS FAR clause 52.213-4 Terms and Conditions - Simplified Acquisitions applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. EVALUATION CRITERIA The Government will award a purchase order resulting from this solicitation on the basis of lowest price technically acceptable. Technical acceptability will be evaluated based upon the following: 1. The Offeror must include all items detailed in the project requirements in its quotation. 2. The Offeror must confirm ability to meet delivery requirements. RESPONSE FORMAT 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 quotation must include item descriptions per the requirements listed above as well as associated pricing. Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-14-440. Responses shall be submitted electronically via email to Lauren Phelps, Contract Specialist, at lauren.phelps@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-14-440/listing.html)
 
Place of Performance
Address: Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN03424743-W 20140716/140715000616-5704e1e948bcbd4c7d4e96e2318fbd97 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.