SOLICITATION NOTICE
66 -- Western Blot Imaging System - Purchase Description
- Notice Date
- 3/14/2017
- 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, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-CSS-2017-221
- Archive Date
- 4/8/2017
- Point of Contact
- Leon Wong, Phone: 3014807503, Nancy Lamon-Kritikos, Phone: 3014802447
- E-Mail Address
-
leon.wong@nih.gov, Nancy.lamon-kritikos@nih.gov
(leon.wong@nih.gov, Nancy.lamon-kritikos@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Purchase Description (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 separate written solicitation will not be issued. (ii) The solicitation number is HHS-NIH-NIDA-SSSA-CSS-2017-221 and the solicitation is issued as a Request for Quotation (RFQ) on a restricted basis, as a (brand-name or equal) total set aside for small business vendors. A fixed price contract type is contemplated for this requirement. 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 NOT expected to exceed the simplified acquisition threshold. A fixed-price type of contract is contemplated for this requirement. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1 / 06-15-2016. (iv) The North American Industry Classification System (NAICS) code for this procurement is 334516-Analytical Laboratory Equipment Manufacturing with associated small business size standard of 1,000 employees. (v) Background: Both acute and chronic administrations of abused stimulant drugs are known to produce changes in the brain of animals and humans. However, how these drugs cause the long-lasting alterations of the function of brain is largely unknown. The National Institute on Drug Abuse, Intramural Research Branch (NIDA-IRP) recently found that several abused stimulant drugs such as cocaine and methamphetamine bind to sigma receptors. Sigma receptors are proteins that are involved in signaling inside the cell and in altering cell structure and form. NIDA-IRP also found that sigma receptors control the intracellular metabolism of lipids and glucose. The purpose of this study is to examine the effect of acute and chronic administration of cocaine or methamphetamine on the expression of sigma receptors, brain lipid components, and the energy metabolism of the brain. In addition, NIDA-IRP is interested in studying both the ventral tegmental area (VTA) and nucleus accumbens, two brain regions that are implicated in the addictive actions of cocaine and methamphetamine. In particular, NIDA-IRP is researching whether drugs that block sigma receptors (known as sigma receptor antagonists) alter the actions of cocaine or methamphetamine on biochemical changes within these brain areas. This study will contribute to a better understanding of how stimulant drugs cause long-lasting changes in the brain, and may further studies on the development of drugs to treat drug abuse. Purpose and Objective: The quantitative western blot imaging system is a critical laboratory equipment for the Cellular Pathobiology Section at the NIDA-Integrative Neuroscience Research Branch. Recently, the Cellular Pathobiology Section discovered that several commonly abused stimulant drugs bind to sigma receptors, which control the intracellular metabolism of lipids and glucose. The objective of this acquisition is to procure a brand-name or equal Azure c600 (Model AC6001 or AC0004) western blot imaging system that would allow the Cellular Pathobiology Section to measure and analyze specific brain region tissues or drug treated cell lines, which could improve our understanding of how stimulant drugs cause long-lasting changes in the brain. Project Requirements: This requirement is for a brand-name or equal Azure c600 (Model AC6001 or AC0004) western blot imaging system with the following salient characteristics: The Western Blot Imaging System must be capable of performing the following applications: •UV gel imaging •Blue light gel imaging •White light imaging •Chemiluminescent western imaging •Simultaneous analysis of visible fluorescence imaging and NIR fluorescent imaging in the same assay The Western Blot Imaging system must have the follow minimum technical specifications: •8.3 MP CCD Camera with 5.4 micron pixels and 16 bit A/D •Camera must be capable of deep peltier cooling, regulated at negative fifty (50) degrees Celsius for low-noise imaging •Camera must have a motorized 0.95 fixed lens for fast sensitive image capture under short exposure times •Camera must be capable of automatic focusing for hands-off imaging •Capture images up to 420 DPI for gel applications and 620 DPI for Chemi, fluorescent, and chemiluminescent protein array imaging The Imaging system must include data analysis software, sample reagents, installation, training tutorial, and one year warranty. Please see the attached purchase description for further details. Period of performance: The request item is expected to be delivered within 30 days after the receipt of order. The purchased order includes the Western blot imaging systems, data analysis software, sample reagents, installation, training, and one year warranty. Deliverables and Reporting requirements All deliverables required under this contract shall be packaged, marked and shipped in accordance with Government specifications. All items shall be packaged in crates suitable for international shipping. The request item is expected to be delivered within 30 days after the receipt of order. The purchased order includes the Western blot imaging systems, data analysis software, sample reagents, installation, training, and one year warranty. The item will be delivered to the following address: Dr. Tsung-Ping Su Cellular Pathobiology Section/INRB/NIDA IRP/ NIH 333 Cassell Drive Room 3418, Triad building Baltimore, MD 21224 Attn: Hsiang-en Wu 443-740-2055 Hsiang-en.wu@nih.gov Section 508 - Electronic and Information Technology Standards: Section 508 Electronic and Information Technology Standards will be applicable for software upgrades as necessary. All electronic files submitted shall be compliant with Section 508 of the Rehabilitation Act of 1973. Additional information about testing documents for Section 508 compliance, including guidance and specific checklists, by application, can be found at: http://www.hhs.gov/web/508/index.html under "Making Files Accessible." Pursuant to Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), as amended by the Workforce Investment Act of 1998, all electronic and information technology (EIT) products and services developed, acquired, maintained, or used under this contract/order must comply with the "Electronic and Information Technology Accessibility Provisions" set forth by the Architectural and Transportation Barriers Compliance Board (also referred to as the "Access Board") in 36 CFR part 1194. Information about Section 508 provisions is available at http://www.section508.gov/. The complete text of Section 508 Final provisions can be accessed at http://www.access-board.gov/guidelines-and-standards. Publications and Publicity: Contractor shall not, nor is required to, publish any articles of data as a result of fulfilling this requirement. Confidentiality of Information: Government will not be providing Contractor with confidential information of a personal nature about individuals. Contracting Officer's Representative: The Contracting Officer's Representative (COR) will represent the Government for the purpose of this contract and will be specified at time of award. The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. The Government may unilaterally change the COR designation at any time throughout the performance period of this contract. (vii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (viii) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following is provided as an addendum to clause 52.212-2: (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, i.e. this RFQ will be evaluated on the basis of Lowest-Price Technically-Acceptable (LPTA). Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order, and warranty and training considerations. Under the lowest-price technically acceptable (LPTA) process, Offerors' will be determined to be "technically acceptable" or "technically unacceptable" based on an evaluation of responses against the following factors to determine if, as submitted, the proposal is technically acceptable. Award will be made to the lowest-priced, technically acceptable, responsible offeror. Technical acceptability shall be based on the following: 1. The Offeror must indicate in its quotation the ability to provide all of the requirements. 2. The Offeror must indicate in its quotation the ability to meet the delivery requirements. Respondents that believe that they are manufacturers or authorized resellers of the BRAND-NAME OR EQUAL 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. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 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. Offerors may respond with a proposal indicating their ability to provide the technical specifications stated in this solicitation. Responses will be evaluated based on the contractor's ability to meet the government's requirements stated in this notice and on ability to deliver required services and supplies. (ix) The provision at FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. (x) The provision at FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xi) The provision of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. (xii) The provision of FAR Clause 52.211-6, Brand-Name or Equal (Aug. 1999) applies to this acquisition. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the government requirements stated in this solicitation. The Offeror's technical approach shall indicate compliance with the Scope of Work, and describe an essential understanding of the requirements involved in accomplishing the work. Basic cost and price information in the Offerors business proposal must contain sufficient information to allow the Government to perform a basic analysis of the reasonableness of the Offeror to supply the required services. The price proposal must include the monthly maintenance rate for the manufacturer-certified technicians to provide required service coverage, with an estimate of the number of hours required, breakdown and rationale for any other direct costs or materials, and the total amount. Any other information or factors that may be considered in the award decision may include such factors as: past performance; special features required for effective service coverage; trade-in considerations; warranty considerations; maintenance and service coverage availability; serial, product or catalog number(s); product description; delivery terms, and prompt payment discount terms. Offerors MUST include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer, OR provide a copy of the valid certifications registrations and Representation and Certifications from the System of Award Management (SAM) applications at www.SAM.gov, which may be indicated on the Offeror's cover sheet. 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 responses must be received no later than the date and time specified in this announcement. Late responses will not be accepted. All responses must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-2017-221. Responses must be submitted electronically to leon.wong@nih.gov. Facsimile responses will not be accepted. For information regarding this solicitation, please contact Leon Wong by email at leon.wong@nih.gov or by phone at 301-480-7503.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-2017-221/listing.html)
- Record
- SN04434560-W 20170316/170314234532-03769f44a0ff025f9abe763b4db26236 (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 |