Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
SOLICITATION NOTICE

66 -- Microtiter Plate Reader System - Requirements - SOW

Notice Date
9/18/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105, Bethesda, Maryland, 20894, United States
 
ZIP Code
20894
 
Solicitation Number
NIHLM2014317
 
Archive Date
9/23/2014
 
Point of Contact
Linda E Smith, Phone: 3018277788
 
E-Mail Address
linda.smith2@nih.gov
(linda.smith2@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of work Requirements for item Requirements for item This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NIH LM2014 317 and is issued as a Request for Quotation (RFQ). It was previously posted as a Request for Quotation (RFQ) under NIHLM2014270. The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-72. The North American Industry Classification (NAICS) Code is 423490 with a size standard of Less than 100 employees. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The National Institutes of Health (NIH), National Library of Medicine (NLM), NIDDK Acquisitions Branch has a requirement to procure a microtiter plate reader system. The Section on Molecular Virology in the Laboratory of Molecular Biology in the National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK) carries out research on the molecular and structural biology of proteins that are involved in integration of HIV DNA into the host genome. This integration is an essential step for replication of the virus. This research requires conducting large numbers of in vitro assays of DNA integration and protein-DNA interactions. These assays can be more efficiently conducted in microtiter plates using fluorescence as the readout. A microtiter plate reader will enable us to devise simpler and faster assays and therefore increase our productivity. The National Institutes of Health (NIH), National Library of Medicine (NLM), NIDDK Acquisitions Branch is conducting a market survey to determine the availability and technical capability of qualified small businesses, veteran-owned small businesses, service-disabled veteran-owned small businesses or HUB Zone small businesses capable of providing a microtiter plate reader used for assays of HIV DNA integration and protein DNA interactions. The microtiter plate readers system must meet the following requirements: 1. It must be a modular and upgradable system that can be expanded to accommodate new functional modules. Since the system is anticipated to have a useful life in excess of ten years the ability to reconfigure the system as needs change is essential. 2. It must be capable of full spectrum absorbance measurements, fluorescence measurements including FRET, Polarization/anisotropy measurements, time¬ resolved fluorescence, Alpha-screen assays, and luminescence (flash and glow). 3. It must employ monochromators so that measurements can easily be made at varying wavelengths. Linear Variable filters are the preferred technology for the monochromators. It should also have the capability of combining the monochromators with filters. 4. It must have high sensitivity and be capable of detecting fluorescein at a concentration of 0.4 pM. 5. It must be capable of cell-based assays and take multiple measurements at different points in the well since adherent cells are not evenly distributed in the wells. 6. It must incorporate automated focal height adjustment for both top and bottom reading at a resolution of 0.1 mm. This feature eliminates the influence of microplate formats, sample volume, surface tension, and evaporation. 7. The software must include an integrated fluorophore library for the most, commonly used fluorophores. 8. The equipment must meet the following requirements: is expected to come with a One (1) year warranty. 9. The vendor is expected to set up the equipment in Room 306 of Building #5, remove packing materials and to provide training in its use to Yin Huang and one other member of the laboratory. 10. The Project Officer and/ or the Project Officer Supervisor will perform inspection and acceptance of materials and services to be provided. Inspection and acceptance will be done AFTER All materials are unpacked, installed, and test run for operation. Receiving will be completed no later than 7 days following date of Delivery, and DOES NOT constitute acceptance and Delivery. Acceptance and Delivery will be complete once the signed packing slip is provided to the Vendor. 11. Inspection and acceptance will be performed at the place of installation - National Institutes of Health, NIDDK, Building #5, 5 Memorial Drive, Room 306, Maryland 20892. This service is to be set-up as a single acquisition. The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors - Commercial items; 2) FAR Clause 52.212-2, Evaluation - Commercial Items. As stated in FAR Clause 52.212-2 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be advantageous to the Government, price and other factors considered. The following factors will be used equally to evaluate offers: Technical Evaluation, Price and Past Performance. Note: Past Performance Information: Vendors must submit a listing of the most recent contracts/awards (minimum of 3) which demonstrate similar work in nature to this Solicitation. Contracts/awards may include those entered with the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract: 1. Name of Contracting Organization 2. Contract Number (for subcontracts provide the prime contract number and the subcontract number) 3. Contract Type 4. Total Contract Value 5. Description of Requirement 6. Contracting Officer's Name and Telephone Number 7. Program Manager's Name and Telephone Number 3) FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items; 5) FAR Clause 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions. The Dun and Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN) and the certification of business size shall be included. The clauses are available in full text at http://www.arnet.gov/far. PLEASE NOTE: In order to receive an award, contractor must be registered and have valid certification in the System for Award Management (SAM) http://www.sam.gov. Interested vendors capable of providing the Government with the items specified in this synopsis should submit their quotation to the below address. Quotations will be due Four (4) calendar days from the publication of this synopsis, on September 22, 2014 at 12:00 PM EST. Offerors shall provide an original and two copies of your quotation. The quotation must reference Solicitation number NIHLM2014317. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 700W, Bethesda, MD 20892, Attn: Linda Smith. (Linda.smith2@nih.gov) Faxed copies will not be accepted. Email submission is allowed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2014317/listing.html)
 
Place of Performance
Address: NIH, NIDDK, Building #5, 5 Memorial Drive, Room 306, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03518158-W 20140920/140918235738-33eae179324486ca8ab6366ff7219268 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.