SOLICITATION NOTICE
66 -- Laser scanning microplate cytometer
- Notice Date
- 8/12/2015
- Notice Type
- Presolicitation
- 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-PSOL433
- Archive Date
- 9/10/2015
- 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
- Laser scanning microplate cytometer HHS-NIH-NIDA-SSSA-2015-PSOL433 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. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures, FAR Subpart 13.5--Test Program for Certain Commercial Items, and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA-SSSA-2015-PSOL433 and the solicitation is issued as a PRE-SOLICITATION, NOTICE OF INTENT, to award a contract on a noncompetitive basis to TTP Labtech, Inc at 1 Kendall Square, B2303, Cambridge, MA 02139. This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13--Simplified Acquisition Procedures, Subpart 13.5--Test Program for Certain Commercial Items, and Subpart 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements, and is expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13--Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6--Competition Requirements. The non-competitive determination is based upon the market research conducted as prescribed in FAR Part 10--Market Research, specifically the results of market research concluded no other source of supply has the ability to provide a laser scanning microplate cytometer that performs homogenous, mix and read biding assays that will eliminate the need for the wash and incubation steps as well as performing analysis of binding events on adherent cells without disturbing the cells. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83-2-2, dated August 5, 2015. The associated NAICS code for this requirement is 334516, with a size standard 500 employees. The mission of The National Center for Advancing Translational Sciences (NCATS) is to apply the tools of small molecule screening and discovery to the development of chemical probe research tools, for use in the study of protein and cell functions, and biological processes relevant to physiology and disease. This request will enable NCATS and the TRND program to increase the capability and applications to generate the more robust, high sensitivity and quantitative data to better serve the NCATS goal. NCATS is in need of a laser scanning microplate cytometer that performs homogeneous, mix- and-read biding assays, eliminating the need for the wash and incubation steps. Additionally, the analysis is performed at equilibrium, leading to improved data quality. Furthermore, NCATS is in need of a laser scanning microplate that will perform analysis of binding events on adherent cells without disturbing the cells, and is available in a 1536-well plate format. The requirement consists of providing the Mirrorball laser scanning cytometer that is plate based and that is able to do homogenous binding assays and that consists of the ability to read 96, 384 and 1536 well plates in 12 minutes or less, system is capable of producing data and images as soon as the plate is finished scanning without disturbing the samples and should perform immunofluorescence experiments on cell surface antigen binding with no wash steps. The subject matter contractor is the only source of supply or service who can provide the laser scanning cytometer instrument with these characteristics. This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. 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. The following FAR provisions shall apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial Items, 52.212-2, Evaluation--Commercial Items. Evaluation factors that will be used to evaluate the offer most advantageous to the Government, price and other factors considered, include ability to meet the technical requirements stated in this pre-solicitation and on basis of best value to the government. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. The Clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and the Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. 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." All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by August 26, 2015 at 8:00AM, Eastern Standard Time (EST) and must reference solicitation number HHS-NIH-NIDA-SSSA-2015-PSOL433. Responses may be submitted electronically to Samantha Kelly at Samantha.Kelly2@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-2015-PSOL433/listing.html)
- Record
- SN03836403-W 20150814/150813000529-6b488b626a09e07882ad1da1406d5ab9 (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 |