Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2012 FBO #3920
SOLICITATION NOTICE

65 -- nCounter Analysis System

Notice Date
8/16/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Other Defense Agencies, TRICARE Management Activity, USUHS CONTRACTING OFFICE, 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
 
ZIP Code
20814-4799
 
Solicitation Number
HT9404-12-R-0009
 
Archive Date
9/7/2012
 
Point of Contact
Steve H. Beck, Phone: 301-295-3970, Zamora Olin, Phone: 301-295-3922
 
E-Mail Address
Steven.Beck@usuhs.mil, Zamora.Olin@usuhs.edu
(Steven.Beck@usuhs.mil, Zamora.Olin@usuhs.edu)
 
Small Business Set-Aside
N/A
 
Description
This is a sole source requirement. The Uniformed Services University of the Health Sciences (USUHS), located on the Naval Support Activity (NSA) in Bethesda, MD, intends to negotiate on a sole source basis a firm-fixed price contract with NanoString Technologies of Seattle, WA for a nCounter Analysis System. The nCounter Analysis System will allow USUHS to profile hundreds of gene transcripts, microRNAs, and/or genomic copy number variants simultaneously, with high sensitivity and precision. This will bridge the gap between discovery technologies such as microarrays, and low-plex technologies such as real time polymerase chain reactions (PCRs). The System also works with formaldehyde fixed-paraffin embedded (FFPE) tissue specimens and other clinical specimens, with lower quality RNA/DNA Content. By obtaining the nCounter Analysis System, USUHS will be able to use its biospecimen, and clinic-pathological database more efficiently, and increase the throughput and precision of gene expression and genomic copy number analyses in cell lines, animal models and human biospecimens. The USUHS requires this item within 30 days of award. The statutory authority permitting this award without providing for full and open competition is 10 U.S.C. 2304(c)(1), as cited in FAR 6.302-1(a) which authorizes USUHS to award contracts when there is only one responsible source and no other supplies or services will satisfy agency requirements. This equipment will be procured in accordance with the procedures of FAR Part 12 (Commercial Items), and FAR Part 15 (Contracting by Negotiation). This is not a request for competitive proposals. However, if any interested party believes they can provide the above system, they must provide sufficient technical literature and past performance information to allow USUHS to determine if the vendor can meet the above requirement. This is a combined synopsis/solicitation for a 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; offers are being requested and a written solicitation will not be issued. The solicitation number is HT-9404-12-R-0009, and it is being issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAC 05-60 effective July 26, 2012 NAICS code 334516, Analytical Laboratory Instrument Manufacturing. Price: The contractor should provide pricing as set up below: Contract Line Number (CLIN), description, quantity, and unit of issue. CLIN 0001, nCounter Analysis System, 1, each tiny_mce_marker________ BASIS FOR AWARD: A determination by the government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. PROVISIONS AND CLAUSES The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government; 52.204-7 Central Contractor Registration; 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.); 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 52.219-28 Post-Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Disabled Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; 52.252-2 Clauses Incorporated by Reference 252.204-7004 Required Central Contractor Registration. Alternate A; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items; 252.225-7000 Buy American Act--Balance of Payments Program Certificate; 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. 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/these address(es): http://www.arnet.gov/far/. To be eligible for contract award, all contractors must be registered in the Central Contractors Register (CCR), and with the Online Representations and Certifications Application (ORCA). For instructions on registering, please visit the System for Award Management web site: www.sam.gov.. Responsible sources shall provide the following: 1. Price quote which identifies the requested item 2. Total price 3. Address corporate experience and past performance. It is essential for the offerors to provide sufficient documentation, etc., in order for the Government evaluation team to make an adequate technical assessment of the offer as meeting technical acceptability. 4. Prompt Payment Terms 5. Remittance address, Tax Identification Number, DUNS number and Cage Code Direct any questions or inquiries in writing by August 20, 2012, 9:00 a.m Eastern Time to Zamora Olin, Contracting Officer, via e-mail at Zamora.olin@usuhs.mil, ATTN: HT9404-12-R-0009. Responses to this solicitation are due August 23, 2012 at 4:00 p.m. Eastern Time. Responses must be submitted electronically, via email, to steven.beck@usuhs.mil. Reference solicitation number HT9404-12-R-0009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ee4fa7e216649a49fe681381b87b4eb2)
 
Place of Performance
Address: 4301 Jones Bridge Road, Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN02842846-W 20120818/120817000525-ee4fa7e216649a49fe681381b87b4eb2 (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.