SOLICITATION NOTICE
66 -- Promega Maxwell Rapid Sample Concentrator System
- Notice Date
- 3/26/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
- ZIP Code
- 20852
- Solicitation Number
- N02RC52549-24
- Archive Date
- 4/15/2015
- Point of Contact
- Kimesha Leake, Phone: 2402765669, Seena Ninan, Phone: 240-276-5419
- E-Mail Address
-
kimesha.leake@nih.gov, ninans@mail.nih.gov
(kimesha.leake@nih.gov, ninans@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR) Urologic Oncology Branch (UOB) intends to procure the Brand name or equal Promega Maxwell Rapid Sample Concentrator System. This is a combined synopsis/solicitation for a commercial item, prepared in accordance with 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: No. N02RC52549-24 includes all applicable provisions and clauses in effect through FAR FAC 2005-78 (December 2014) simplified procedures for commercial items. The North American Industry Classification System code is 334513 and the standard business size is 500 employees. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. I. Description of Requirement The Urologic Oncology Branch (UOB) at NCI has been focused on studying hereditary urologic cancer at the clinical, genetic and molecular levels. UOB has a clinical surgery tumor sample bank, tumor cell lines, patient blood and other samples in a branch repository. UOB performs clinical research contributing to the development of surgical and diagnostic procedures, and therapeutics against Human Genitourinary Cancer. Often, this research entails DNA or RNA purification and subsequent mutation analysis or other genomic studies. The Promega Maxwell® RSC Instrument is necessary for UOB needs. It is an automated DNA and RNA purification system that will process up to 16 samples at a time, using an easy to use cartridge that is specifically made for the instrument. The samples are processed in as little as 30 to 60 minutes, allowing for a high throughput that will satisfy the UOB's need for preparing nucleic acids from a high number of patient specimens. It has the capability of extracting either RNA or DNA from a variety of cell types including blood, cultured cells, or solid tissue specimens using pre-programmed methods. This allows for excellent quality control and reproducibility. Many of these samples will be used for downstream DNA sequencing, expression studies and next-generation genomics studies, so it is essential for the nucleic acid purification to be reliable and reproducible. An integrated instrument called the Quantus Fluorometer is included in the system; this fluorometer will quantitate and assess the purity of the processed samples; these results will be issued in a report that can be exported via a built-in USB drive for a record of each purification run. The user will know immediately if the sample has sufficient quantity and quality for downstream purposes and will be able to perform additional purification if necessary. The instrument is run on a tablet PC which is included in the system; the interface is simple and user-friendly. A built-in ultraviolet lamp is included for the purpose of decontaminating the instrument; this feature is particularly important because the UOB needs to be able to purify numerous samples from many different patients without the possibility of cross-contamination. The Maxwell RSC System includes full technical support, which is essential to ensure that the instrument is maintained and repaired properly for continuous functionality. This instrument will allow the UOB to carry out investigations with a high degree of precision, accuracy, and efficiency not possible with other comparable instruments. The following salient characteristics apply to the Promega Maxwell Rapid Sample Concentrator System: • automated DNA extraction from multiple cell types, including blood, cultured cells, fresh human tissue, formalin fixed human tissue • automated RNA extraction from multiple cell types, including blood, cultured cells, fresh human tissue, formalin fixed human tissue • moderately high throughput, with the ability to run multiple samples at one time • rapid run times • integrated quantitation method to determine DNA or RNA yields • high yields and high purity • ease of decontamination and cleaning of instrument • simple user interface and ease of use of the instrument • reports summarizing details of each run • USB port for data export and for connection to additional devices • Technical support II. Delivery: The Contractor shall deliver the item within 60 days after award to: NIH/NCI Bethesda, Maryland 20892. The Contractor that receives the award will be provided with the complete mailing address and point of contact. Upon delivery, the Contractor must notify the NCI Contracting Officer Representative (COR) to schedule installation date and time. III. Installation: The Contractor shall install the equipment (new) and have ready to use within seven (7) days after delivery and acceptance. IV. Payment: Payment shall be made after delivery, installation, and successful operation of equipment. Payment authorization requires submission and approval of invoice to the NCI COR and NIH Commercial Accounts. QUOTATIONS ARE DUE: March 31, 2015 at 3pm EST. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal. (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. 52.212-1 Instruction to Offerors Commercial Items (APR 2014); 52.212-2 Evaluation Commercial Items (OCT 2014): The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the quote. The Government reserves the right to make an award without discussions. FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- (DEC 2014) WITH DUNS NUMBER ADDENDUM {52.204-6 (July 2013)}; FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (DEC 2014); FAR Clause 52.212-5: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEC 2014). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition; FAR Clause 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR Clause 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns. FAR Clause 52.219-28 Post Award Small Business Program Representation FAR Clause 52.222-19 Child Labor - Cooperation with Authorities and Remedies FAR Clause 52.222-21 Prohibition of Segregated Facilities FAR Clause 52.222-26 Equal Opportunity FAR Clause 52.222-36 Affirmative Action for Workers with Disabilities FAR Clause 52.223-18 Policy to Ban Text Messaging while Driving FAR Clause 52.225-3 Buy American Act-Free Trade Agreements - Israeli Trade Act Alternate I (Jan 2004) of 52.225-3 FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases FAR Clause 52.232-33 Payment by Electronic Funds Transfer-System for Awards Management (SAM) Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/ or from Kimesha Leake, Contract Specialist at Kimesha.Leake@nih.gov OFFERORS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror's System for Award Management (SAM) through sam.gov. Quotations must be received in the NCI-OA contracting office by 3/31/15. Please refer to solicitation number N02RC52549-24 on all correspondence. No collect calls will be accepted. Faxed or electronic mail quotations will be accepted. All questions shall be in writing and may be addressed to the aforementioned individual noted above by March 27, 2015. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management through sam.gov. Primary Point of Contact: Kimesha Leake, Contract Specialist kimesha.leake@nih.gov phone: 240-276-5669 fax: 240-276-5401 Secondary Point of Contact: Seena Ninan, Contracting Officer Seena.ninan@nih.gov phone: 240-276-5419
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC52549-24/listing.html)
- Record
- SN03680862-W 20150328/150327000257-fc6423ee557b5424193553880fdd2307 (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 |