Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2015 FBO #5000
SOLICITATION NOTICE

66 -- Kinetic Cell Based Reader to be used as part of the Tox21 Program

Notice Date
7/31/2015
 
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, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA(SSSA)-2015-CSS-369
 
Archive Date
8/29/2015
 
Point of Contact
Samantha A. Kelly, Phone: 3014028855
 
E-Mail Address
samantha.kelly2@nih.gov
(samantha.kelly2@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis / Solicitation Title: Kinetic Cell Based Reader to be used as part of the Tox21 Program (i)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. (ii)The solicitation number is HHS-NIH-NIDA(SSSA)-2015-CSS-369 and the solicitation is issued as a request for proposal (RFP). 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; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, dated July 2, 2015. (iv)This acquisition is unrestricted. The associated NAICS code 334516 - Analytical Laboratory Instrument Manufacturing and the small business size standard is 500 employees. (v)Hamamatsu FDSS 7000 System(or brand-name equal) Kinetic Cell Based Reader capable of detecting intracellular reactions and biological signal transmissions. (vi)Background The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. The National Center for Advancing Translational Sciences (NCATS) - one of 27 Institutes and Centers at the National Institutes of Health (NIH) - was established to transform the translational process so that new treatments and cures for disease can be delivered to patients faster. The NCATS mission is to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions. The NCATS strives to develop innovations to reduce, remove or bypass costly and time-consuming bottlenecks in the translational research pipeline in an effort to speed the delivery of new drugs, diagnostics and medical devices to patients. The Tox21 partners are interested and more focused towards kinetic cell-based assays, which include GPCRs, ion channels, and calcium ions assays, which are in increasing demand in areas such as lead discovery and pharmacology study. The Tox21 group will validate the current existing assays such as: hERG channel by measuring thallium influx into the cells and TSHR (thyroid stimulating hormone receptor). The kinetic cell based reader should be designed for cell-based assays in the drug discovery field. This system should be a stand-alone system, capable of detecting intracellular reactions and biological signal transmissions. Purpose The purpose of this acquisition is to purchase the Hamamatsu FDSS 7000 (or brand name equal) Kinetic Cell Based Reader. Scope of Work The kinetic cell based reader should be designed for cell-based assays in the drug discovery field. This system should be a stand-alone system, capable of detecting intracellular reactions and biological signal transmissions. The specific technical features are as follows: C7903-09FDSS7000 Data Analysis unit with computer A10118-01FDSS7000 main unit A10118-02Micro-plate loading system front C10512-12BFluorescence sensor unit 300W A10118-281536 tip type dispensing unit A10118-291536 pintool head for long pins A10118-47Washing unit A10118-48Additional washing unit A10118-461536 chimney plate A10118-40Drug plate holder A10118-09Heater Unit FDSS specialvacuum system A10118-201536 tips transfer jig A10118-21Tip loading base for A8687-72 The specific project requirements are as follows: 1.The system must be equipped with two dispense heads for 1536 well plates. One dispense head must be able to use disposable 1536 well tips for volume from 1ul to 6ul and one dispense head must be a pintool head. 2.The system must include a vacuum drying station for the 1536 pintool. 3.The system must be able to use two dispenser heads in the same protocol with up to four dispensing, for agonist, antagonist, and potentiator/modulator assays. 4.The system must include an imaging based detector capable of detecting both fluorescence and luminescence. 5.The instrument must be able to acquire 8 frames per second for 1536 well plate. 6.The system must include a stage for assay plate that can also serve as orbital shaker. 7.The system must include a heating element which controls the temperature up to 37C for the whole chamber for assay and ligand plates. 8.The system must support the use of suspension cells, without requiring centrifugation or the use of a PDL coated plate. 9.The system must include an ultrasound washing unit with 3 wash vats and a wiping stage. It must support up to three solvents. 10.The system must include a Xenon lamp light source and filter selected wavelength. 11.The system must include a one year warranty. 12.One time, on site system installation must be included. 13.One time, on site operational user training on the system must be included. (vii) The period of performance is within four (4) months after receipt of purchase order beginning on September 1, 2015 through January 1, 2015 with the following place of performance: NCATS 9800 Medical Center Drive Rockville, MD 20850 (viii)The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix)The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Technical and past performance when combined is more important when compared to price. The Government intends to issue a firm fixed price Contract for this requirement. (b)Award Criteria Selection of an Offeror for award will be on the basis of lowest price technically acceptable. Technical acceptability includes an evaluation on technical factors (which encompasses experience/capability and past performance factors), and cost/price factors. Evaluation of technical acceptability will be made in accordance with the prospective Contractor's demonstrated capabilities of meeting each of the requirements as set forth in this solicitation and all applicable attachments. The merits of each proposal will be evaluated carefully. The offeror must include all specifications/services (including all brand-name or equal requirements so that the brand-name or equal status may be verified), detailed in this solicitation, in its proposal. Offeror(s) cost/price proposal will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques as described in FAR 15.404. The price quoted will be evaluated taking into consideration any price reductions. A best value analysis will be performed taking into consideration the results of the technical evaluation and price evaluation. (x)The provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition. (xi)FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. An addendum to FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. (xii)FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xiii)52.227-14 Rights in Data-General, (DEC 2007) (xiv)The Defense Priorities and Allocations System (DPAS) are not applicable to this (xv)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, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, 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, the total cost; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. 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 and a price proposal. 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. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. 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. All questions regarding this combined synopsis/solicitation must be received in this office by 8:00AM (EST) on August 6, 2015. Offers must be received electronically by 8:00 AM (EST) on August 14, 2015. Facsimile submissions are not authorized and collect calls will not be accepted. Submit offers to: Samantha Kelly, Contract Specialist at Samantha.Kelly2@nih.gov Please reference the solicitation number HHS-NIH-NIDA-(SSSA)-CSS-15-369 on your offer. Requests for information concerning this requirement are to be addressed to Samantha Kelly via e-mail only to Samantha.Kelly2@nih.gov prior to the closing date for questions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA(SSSA)-2015-CSS-369/listing.html)
 
Record
SN03819607-W 20150802/150731235354-57f47feaad48441ad42eddc2b54ef557 (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.