SPECIAL NOTICE
65 -- nCounter GX CodeSet - SIGN AND RETURN WITH QUOTE
- Notice Date
- 6/16/2015
- Notice Type
- Special Notice
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- NOI-RML-1738041
- Archive Date
- 7/11/2015
- Point of Contact
- Michael S. Barrett, Phone: 406-375-9810, Julienne Keiser, Phone: 406-363-9370
- E-Mail Address
-
michael.barrett@nih.gov, jkeiser@niaid.nih.gov
(michael.barrett@nih.gov, jkeiser@niaid.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- 52.209-2 Prohibition on Contracting with Inverted Domestic Corps This notice is a Notice of Intent. The Government intends to negotiate on a sole source basis with NanoString Technologies for a nCounter GeneExpression custom CodeSet chip containing 132 genes X 192 reactions. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and solicitation for commercial Items," as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are not being requested and a written solicitation will not be issued. Submit offers on NOI-RML-1738041. This acquisition is a Notice of Intent (NOI). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-82 dated 6/8/2015. The North American Industry Classification System code for this procurement is 339999 with a small business size standard of 500 employees. This requirement is not set aside for small business. The National Institute of Allergy and Infectious Diseases (NIAID), is seeking to purchase nCounter GX CodeSet (Catalog # 100023) from NanoString Technologies. All codeset chips need to meet or exceed the following minimum requirements for production. Quantify up to 800targets in a single reaction with sensitivity and precision greater than that of microarrays • Not require library preparation or other complex sample prep methods • Not require pre-amplification • Not require amplification of target molecules to generate signal • Have the ability to perform direct measurement of individual nucleic acid molecules and provide a digital output • Be an integrated system capable of detecting and quantifying nucleic acids (mRNA, miRNA, lncRNA, dsDNA, and ssDNA) • Be capable of generating > 48,000 determinations per day under standard working conditions • Not require replicate data points to generate a determination • Have an intuitive touchscreen user interface on the instrumentation that walks users step - by - step through all necessary workflows • Generate gene expression and miRNA data from formalin - fixed paraffin embedded (FFPE) samples that is equivalent to (indicated by R2 values >0.95) fresh frozen samples • Eliminate the requirement for RNA purification and enable measurement of RNA directly from cell lysates, tissue lysates, and raw de - parrafinized FFPE with performance that is equivalent to (indicated by R2 values >0.95) RNA purified from such specimens • Enable mRNA and miRNA to be analyzed together in a single reaction • Include in each individual reaction at least 6 positive controls • Include in each individual reaction at least 8 negative controls • Provide fully automated post - hybridization sample processing and data collection • Require < 5 minutes of hands - on time and < 48 pipetting steps to set up reactions sufficient to generate 9600 data points • Provide data output files that are less than or equal to 3 kb per sample • Provide custom assays designed to customer specifications by expert bioinformaticists • Offer various levels of Service and Software Maintenance Plans to support instrumentation. Warranty and shipping information must be included in the quotation. FOB Point shall be Destination; Bethesda, MD 20892. Place of Performance: National Institutes of Health Bethesda, MD 20892 United States Award will be based on the capability of the item offered to meet the above stated salient characteristics, price, past performance, delivery, warranty, and the best value to the government. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (April 2014) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (MARCH 2015) Offerors must complete annual representations and certifications on-line at http://www.sam.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items The following contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (May 2015) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (May 2015) FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation (Dec 2014) The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html or, upon request, either by telephone or fax. This is an open-market Notice of Intent for NanoString Technologies as defined herein. The government intends to award a purchase order as a result of this Notice of Intent that will include the terms and conditions set forth herein. To facilitate the award process all quotes must include a statement regarding the terms and conditions herein as follows: "The Terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" (Quoter shall list exception(s) and rationale for the exception(s).) Submission shall be received not later than 4:00pm Mountain Time June 26, 2015. Offers may be mailed, e-mailed or faxed to Michael Barrett; (Fax - 406-363-9288), (E-Mail/ Michael.barrett@nih.gov). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit an offer that will be considered by this Agency. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Michael Barrett at Michael.barrett@nih.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NOI-RML-1738041/listing.html)
- Place of Performance
- Address: NATIONAL INSTITUTE OF HEALTH, BETHESDA, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03765413-W 20150618/150616234513-b5c0f8a3da4be6b2c43df33983fc5955 (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 |