Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2019 FBO #6497
SOLICITATION NOTICE

66 -- Assay Kits

Notice Date
9/7/2019
 
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
HHS-NIH-NIDA-OA-19-010778-CSS
 
Point of Contact
Debra C. Hawkins, Phone: 301-827-7751
 
E-Mail Address
debra.hawkins@nih.gov
(debra.hawkins@nih.gov)
 
Small Business Set-Aside
N/A
 
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 written solicitation will not be issued. (ii) The solicitation number is HHS-NIH-NIDA-OA-19-010778-CSS 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. This acquisition is not expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Office of Acquisition on behalf of the National Institute on Aging (NIA) intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) for Assay Kits manufactured by Quanterix, Inc., 113 Hartwell Avenue, Lexington, MA 02421. This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulations (FAR) Subpart 13.106-1 (b) Soliciting from a single source. (1) For purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, or industrial mobilization). The rationale for the brand name justification is the unique capabilities of the requested product. (iii) This solicitation incorporates the provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-05, effective August 13, 2019. (iv) The associated North American Industry Classification System (NAICS) code: 334516-Analytical Laboratory Instrument Manufacturing, Size Standard: 1,000 employees. (v) Assay Kits (vi) The National Institute of Aging (NIA) Intramural Research Program (IRP) requires state-of-art Simoa 96-well plate assay kits for quantification of serum/plasma of AB40, AB42, Total Tau, IL-6 and NF-Light. These biomarkers will be assayed using baseline biospecimens from women followed for many years through the Women's Health Initiative (WHI). The Women's Health Initiative Memory Study (WHIMS) is an ancillary study to WHI randomized clinical trial of the effects of postmenopausal hormone therapy on health outcomes. The current project will investigate the biology of cognitive resilience in women who carry the Apolipoprotein E e4 risk allele for Alzheimer disease (AD) as well as risk factors for cognitive impairment in women who have developed cognitive impairment. The current project makes use of stored biospecimens from WHI baseline assessment to investigate potential biomarkers of cognitive resilience as well as development of probable dementia. This project requires the use of high throughput equipment and sensitive assays for the identification biomarkers in serum/plasma of AB40, AB42, Total Tau, IL-6 and NF-Light. These biomarkers will provide important insights into the biological underpinnings of cognitive resilience and cognitive impairment years before any symptoms would be apparent. New insights may lead to novel treatments to help prevent or delay AD. The NIA required the Simoa 96-well plate assays and all necessary reagents to include: (1) Complete kit for running one 96-well plate of a Simoa 3-plex assay for human AB40, AB42, total Tau Advanced Quadrupole Technology combines high selectivity and efficiency of transfer for selected ions symmetrically across the isolation window; (2) Complete kit for 96-well plate of a Simoa assay for IL-6; (3) Complete kit for 96-well plate of a Simoa assay for NF-light; and (4) Complete assay kit for running one 96 well plate (or 96 tubes) of target analyte. Includes calibrator concentrate, calibrator diluent, beads detector, SBG, RGP, and sample diluent. Novel ETD HD-high dynamic range ETD provides significantly increased fragment ion coverage. The Simoa 96-well plate Assay Kits manufactured by Quanterix, Inc., include the following components: (1) Product code: 101995, Product name: Neurology 3-Plex A (AB40, AB42, Tau)*, Product Description: Complete kit for running one 96-well plate of a Simoa 3-plex assay for human AB40, AB42, total Tau, Quantity: 48-each; (2) Product code: 101622, Product name: IL-6 Simoa 2.0 Assay Kit*, Product Description: Complete assay kit for running one 96 well plate (or 96 tubes) of target analyte. Includes calibrator concentrate, calibrator diluent, beads, detector, SBG, RGP, and sample diluent, Quantity: 48-each; (3) Product code: 103186, Product name: NF-light Simoa Assay Advantage Kit (Ref Cal)*, Product Description: NF-light Simoa Assay Advantage Kit (Ref Cal)*, Product Description: Complete assay kit for running one 96 well plate (or 96 tubes) of target analyte. Includes reference calibrators, beads, detector, SBG, RGP, and sample diluent, Quantity: 48-each; (4) Product code: 103347, Product name: Disc Kit for Simoa HD-1 (rev 2), Product Description: This kit includes a stack of 16 Simoa Discs, 500 Simoa cuvettes, 4 Simoa assay plates and lids, an 8-pack of 15 ml bottles, and 8 boxes of disposable Simoa pipettor tips (768). This kit includes enough materials to run 4 plates under customary operating circumstances, Quantity: 36-each; (5) Product code: 100206, Product name: Simoa Sealing Oil for HD-1, Product Description: One 500 mL bag of Simoa oil for sealing the microarrays onboard the Simoa HD-1 Analyzer during operation. This quantity is sufficient for running approximately 8000 tests, Quantity: 1-each; (6) Product code: 100486, Product name: System Buffer 1, (2 Pack), Product Description: 2x (5L) Wash Buffer 1 specifically formulated to optimize performance of assays on the Simoa HD-1 Analyzer, Quantity: 8-each; (7) Product code: 100487, Product name: System Buffer 2, (2 Pack), Product Description: 2x (3 L) Wash Buffer 2 specifically formulated to optimize performance of assays on the Simoa HD-1 Analyzer, Quantity: 1-each. (vii) Government's Anticipated Delivery: Ninety (90) Days After Receipt of Order (ARO). Delivery Point: FOB Destination. Delivery Location: National Institute on Aging, Baltimore, Maryland 21224. The successful offeror shall coordinate delivery arrangements with the customer prior to shipment. The Loading Dock hours are as follows: 8:00 am to 4:30 pm Eastern Time, Monday through Friday except on Federal holidays. All products delivered must contain a Packing Slip (with serial numbers as applicable). (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. 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 factors used to evaluate offers are the unique technical and performance capabilities of product and cost. Technical and past performance, when combined, are significantly more important than cost or price. (x) Offerors are advised to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. (xi) 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) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating, is not applicable to this solicitation. (xv) All quotations or offers are due 12:00 Noon, Eastern Time, on September 13, 2019, and must reference the solicitation number noted herein. Quotations or offers must be submitted electronically to the contact person identified herein at debra.hawkins@nih.gov. Fax responses will not be accepted. (xvi) For information regarding this solicitation contact: Debra C. Hawkins Contractor, Acquisition Policy Analyst II, at 301-827-7751.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-OA-19-010778-CSS/listing.html)
 
Place of Performance
Address: National Institutes of Health, Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN05435445-W 20190909/190907230041-e87c5ea3b735a85f2b338a6a95c138e7 (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.