Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
SOLICITATION NOTICE

66 -- Imaging System for the NINDS Receptor Biology Section

Notice Date
9/10/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument 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-15-861
 
Archive Date
10/1/2015
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Imaging System for the NINDS Receptor Biology Section Competitive Combined Synopsis/Solicitation HHS-NIH-NIDA-SSSA-CSS-15-861 INTRODUCTION 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. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-15-861 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 334516 with a Size Standard of 500 Employees. SET-ASIDE STATUS This acquisition is 100% set-aside for small businesses. 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 and FAR Part 12-Acquisition of Commercial Items, and 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 2005-84, dated September 3, 2015. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Background The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the NIH, and conducts research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. The NINDS is studying synapse-specific expression of postsynaptic NMDA and metabotropic glutamate receptors. Specifically, the NINDS Receptor Biology Section (RBS) characterizes the molecular mechanisms underlying neurotransmitter receptor transport and localization at the synapse using several research strategies which include (1) defining sorting motifs present in neurotransmitter receptor cytosolic domains, (2) isolating neurotransmitter receptor-associated proteins, and (3) determining the role of protein-protein interactions in trafficking and specific synapse localization. Using these cell biological approaches, the RBS hopes to elucidate the mechanisms of neurotransmitter receptor trafficking in neurons and the role of accessory proteins at central synapses. Purpose The purpose of this acquisition is purchase of one (1) imaging system for use in research projects that identify and analyze changes in proteins that contribute to neurological and neuromuscular disease. Project Requirements The NINDS Receptor Biology Section requires one (1) imaging system, which meets the following requirements: 1. The system must offer sequential, two-channel detection for multiplex sample analysis and/or normalization. The channels shall be 700 nm and 800 nm. 2. The linear dynamic range of the detection system must be at least 6 logs with one-button image acquisition. 3. The imager must support pixels encoded in a floating point format. 4. For each channel, the system must include a dedicated and optimized laser and detection system. 5. The system must include two infrared, solid-state laser diodes emitting at 685 nm +5 nm and 785 nm +5nm, respectively. These infrared lasers must be the means of excitation of fluorescent labels. The instrument's laser lifetime must be warranted to exceed 20,000 hours of operation before failure. 6. The instrument must offer detection of fluorescent dyes within the ranges (710 nm - 730 nm) to (810 nm - 830 nm) for the 700 nm and 800 nm channels, respectively. No excitation/ detection thresholds below 700 nm will be accepted. 7. The system must include an additional light source for the detection of Ethidium Bromide and SYBR Safe DNA stains 8. The system must also be able to detect chemiluminescent signals. 9. The system must have a minimal footprint (</= 3 square feet) to save lab space. 10. The system must offer two-color quantitative membrane- based Western blot analysis with signals being detected at 700 nm and 800 nm and detection with chemiluminescent substrates. 11. The system must offer detection of infrared-labeled or NIR-stained nucleic acids using either agarose or PAGE gels. 12. The system must offer detection of Coomassie stained protein gels. 13. The system must have software that is compatible with both Apple and Windows software. 14. The system must be one that can be serviced and repaired at the NIH site, should a future need arise. The NIH shall not consider equipment that would have to be sent back to the manufacturer should maintenance be required. Period of Performance The Contractor shall deliver and install the required equipment within sixty (60) days after receipt of order. The equipment shall be delivered between the hours of 8:00 AM to 5:00 PM, Bethesda, MD local prevailing time, Monday through Friday. Contract Type The Government intends to issue a firm fixed price purchase order for this requirement. Invoicing shall be on a NET30 basis after receipt of equipment. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a purchase order resulting from this solicitation on the basis of lowest price technically acceptable. Technical acceptability shall be based upon the following: 1. The Contractor must meet or exceed each of the project requirements detailed in this solicitation. 2. The Contractor must be able to meet or exceed the delivery schedule requirement (delivery within 60 days or less). 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 offeror must submit a technical response and a separate price quotation. The technical response should be prepared in reference to the evaluation criteria identified in this solicitation and may be up to ten single-sided pages. The price quotation must include 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." APPLICABLE CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE The following FAR clauses and provisions shall apply to this solicitation: 1. All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items(April 2014), applies to this acquisition. 3. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (March 2015), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 4. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2015) apply to this acquisition. 5. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. In addition, 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." NOTE 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. CLOSING STATEMENT All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-15-861. 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-15-861/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03880627-W 20150912/150911000602-1057b6a37c1ad21ccf1af3b298df526f (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.