Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2019 FBO #6495
SOLICITATION NOTICE

66 -- Brand Name or Equal BioTek Synergy H1 Hybrid Multimode Reader

Notice Date
9/5/2019
 
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, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
75N95019Q00332
 
Archive Date
9/25/2019
 
Point of Contact
Renee M. Dougherty, Phone: 3018278453
 
E-Mail Address
renee.dougherty@nih.gov
(renee.dougherty@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS / SOLICITATION Title: Brand Name or Equal BioTek Synergy H1 Hybrid Multimode Reader (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; quotations are being requested and a written solicitation will not be issued. (ii) The solicitation number is 75N95019Q00332 and the solicitation is issued as a request for quotation (RFQ). 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 and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05, dated August 13, 2019. (iv) The associated NAICS code 334516 and the small business size standard 1,000 employees. This requirement is full and open with no set-aside restrictions. (v) The National Institute on Aging (NIA) Translational Gerontology Branch requires the purchase of a luminometer and plate reader able to simultaneously read multiple absorbance and fluorescent wavelengths, as well as time resolved fluorescence. A multimodal plate reader is needed to perform in vitro and in vivo assay requiring multiple simultaneous absorbance or fluorescence readings, as well as flash luminescence and time-resolved fluorescence (for example for FRET probes) utilizing various plates formats (i.e. from 6 to 348 wells). (vi) Generic Name of Product: Multimode Microplate Reader Brand Name of Product: BioTek Synergy H1 Hybrid Multimode Reader Part # H1M - Quantity 1 -Synergy TM H1M is a Monochromator-based multimode microplate reader with top and bottom fluorescence intensity, UV-visible absorbance and luminescence detection. Temperature control to 45℃ and shaking. Includes Gen5 data analysis software. Part # GEN5 - Quantity 1 - Gen 5 TM software offers advanced reader control functionality, powerful data analysis and flexible exporting/reporting tools combined in one easy-to-use software package. License for 5 installations. Part # 1210008 - Quantity 1 - Gas Controller for CO2 and O2 control, silver. For use with Synergy H1 Hybrid Microplate reader. Part # 8040037 - Quantity 1 - Dual reagent injector module (silver). Includes two syringes, two reagent bottles, two bottle holders and inlet tubing. Part # 8040038 - Quantity 1 - Dual reagent injector accessories, includes feedthrough assembly with straight dispense tips. Part # SVCICT1 - Quantity 1 - SVC BASIC INSTL & TRAINING TIER 2 Part # SVCONFWU2 - Quantity 1 - FIELD WARRANTY UPGRADE/2 Part # NONIVD - Quantity 1 - LABEL NOT FOR HUMAN USE Salient Characteristics: Must be available with hybrid optical system combining a monochromator fluorescence optical system for flexibility with a filter-based fluorescence optical system for high performance in the same instrument. The monochromator optics and the filter optics should each have their own independent light source, detector and light path to prevent compromised performance. Monochromator based instrument must be upgradable for the filter-based optics option. Must have quadruple grating optical design (two gratings per monochromator) for better spectral scanning performance. Must have a dynamic range of 7 decades for fluorescence intensity measurements. Must be able to dispense reagents in all detection modes. Must be compatible with 2 μL low volume microplate accessory with 16 or 48 sample microspots for direct nucleic acid quantification as well as fluorescence and luminescence measurements. Must be available with gas control option for CO2/ O2 or CO2 only environmental control. Instrument must be upgradable for the gas control option. Must be able to control temperature to 45 °C with a 4-zone temperature control system, with uniformity across the microplate of ±0.2 °C at 37 °C to limit edge effects in incubated assays. Must have automatic z-height adjustment to automatically accommodate for various microplate heights and fluid levels. Must have automatic individual well-by-well absorbance path length correction to automatically calculate 1 cm path length corrected results and compensate for pipetting errors. Must be able to measure standard cuvettes in all detection modes within the temperature-controlled reading environment. Must have an available microplate stacker option. Quotation must include shipping costs. (vii) Delivery Date: Approximately 3-4 weeks after receipt of order. Delivery Address: 251 Bayview Blvd, Baltimore, MD 21224 (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. The following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (including examples of successful orders and installation). Technical and past performance, when combined, are (1) significantly more important than cost or price. (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. (x) The Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi) The FAR clause at 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) The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices: There are no additional contract requirement(s) or terms and conditions applicable to this acquisition (xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (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, 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 proposing on an equal product 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 responses must be received by 10:00 AM on September 10, 2019 and reference number 75N95019Q00332. Responses may be submitted electronically to Renee Dougherty at renee.dougherty@nih.gov Fax responses will not be accepted. (xvi) The name and telephone number of the individual to contact for information regarding the solicitation is Renee Dougherty at 301-827-8453.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/75N95019Q00332/listing.html)
 
Place of Performance
Address: 251 Bayview Blvd., Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN05431808-W 20190907/190905230837-df99e067181010b96b0a99519a9adc4b (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.