Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2020 SAM #6898
SOLICITATION NOTICE

66 -- Simoa 4-plex 96-well plate assays

Notice Date
10/16/2020 1:31:30 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95021Q00002
 
Response Due
10/22/2020 7:00:00 AM
 
Archive Date
11/06/2020
 
Point of Contact
Renee Dougherty, Phone: 3018278453, Karen Mahon
 
E-Mail Address
Renee.Dougherty@nih.gov, karen.mahon@nih.gov
(Renee.Dougherty@nih.gov, karen.mahon@nih.gov)
 
Description
NON-COMPETITIVE COMBINED SYNOPSIS / SOLICITATION Title: Simoa 4-plex 96 well plate assays �(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 75N95021Q00002 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; FAR Subpart 13.5�Simplified Procedures for Certain Commercial Items; and FAR Part 12�Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).� The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), 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) to Quanterix Corporation, 900 Middlesex Turnpike, Billerica, MA 01821 for Simoa 4-plex 96-well plate assays. This acquisition is conducted as non-competitive for a commercial item and is conducted pursuant to FAR 13.106-1(b)(1). � (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2021-01, with effective date 10-01-2020. (iv)������ The associated NAICS code 334516 and the small business size standard is 1,000.�� This requirement is full and open with no set-aside restrictions. (v)������� This requirement is for Simoa 4-plex 96-well plate assays as follows: Manufacturer:� Quanterix Item Number: 1 Product Code: 103670 Product Name: Neurology 4-Plex E (Ab40, Ab42, GFAP, NF-l) Assay Kit Quantity: 12 Unit:� each Description: For HD-X only. Complete kit for running one 96-well plate of a Simoa 4-plex assay for human Abeta40, Abeta 42, GFAP, NF-light. Item Number: 2 Product Code: 103347 Product Name: Disk Kit for Simoa HD-1/X (rev 2) Quantity: 3 Unit:� each Description:� This kit includes a stack of 16 Simoa Discs, 500 Simoa cuvettes, 4 Simoa assay plates, 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. Item Number: 3 Product Code: 100486 Product Name: System Buffer 1 (2 Pack) Quantity: 2 Unit:� each Description:� 2x (5L) Wash Buffer 1 specifically formulated to optimize performance of assays on the Simoa HD-1 Analyzer Item Number: 4 Product Code: 100487 Product Name: System Buffer 2 (2 Pack) Quantity: 1 Unit:� each Description:� 2x (3L) Wash Buffer 2 specifically formulated to optimize performance of assays on the Simoa HD-1 Analyzer Item Number: 5 Product Code: not applicable Product Name: Shipping and Handling Quantity: 1 Unit:� charge Description: Ship to address: 5200 Eastern Avenue, Baltimore, MD 21224 (vi)������ Generic Name of Product:� Simoa 4-plex 96-well plate assays � Purchase Description: Assay kit for quantification of serum/plasma on one 96-well plate of a Simoa 4-plex assay for human Abeta40, Abeta 42, GFAP, NF-light. Salient characteristics:� Complete kit for running one 96-well plate of a Simoa 4-plex assay for human AB40, AB42, GFAP and NF-light, using technology that combines high selectivity and efficiency of transfer for selected ions symmetrically across the isolation window. � Complete kit for 96-well plate of a Simoa assay for Abeta40, Abeta 42, GFAP, NF-light. 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. � �(vii)���� The Government anticipates award of a firm fixed-price purchase order for this acquisition and the anticipated delivery date is 90 days after receipt of the order.� Delivery will be f.o.b. destination. The place of delivery and acceptance will be 5200 Eastern Avenue, Baltimore, MD 21224. (viii)���� The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses:� https://www.acquisition.gov/browse/index/far ��https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html �� � (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2020) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2020) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far ����https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html � (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) The following provisions and clauses apply to this acquisition and are attached in full text: FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2020) NIH Invoice and Payment Provisions (2/2014) (ix)������ The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: a. Technical capability of the item offered to meet the Government requirement; b. Price; and c. Past performance [see FAR 13.106-2(b)(3)]. 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 to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. If not completed in the Representations and Certifications, the offeror must include the representations at 52.204-24 and 52.204-26. �A copy of the 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment is attached (see document titled, �75N95021Q00002_52.204-24_Telecom_Provision�).� And a copy of 52.204-26 Covered Telecommunications Equipment or Services-Representation is attached (see document titled, �75N95021Q00002_52.204-26_Covered_Telecom_Provision�). (xi)������ The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and is attached in full text. (xii)����� The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and is attached in full text. (xiii)���� There are no additional contract requirements 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 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. Responses to this solicitation must include clear and convincing evidence of the offeror�s capability of fulfilling the requirement. 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 quotations must be received by 10 a.m. Eastern Time, on Thursday, October 22, 2020, and reference Solicitation Number 75N95021Q00002. Responses must be submitted electronically to Renee Dougherty, at renee.dougherty@nih.gov and Karen Mahon at karen.mahon@nih.gov. Fax responses will not be accepted. (xvi)���� The name and telephone number of the individual to contact for information regarding the solicitation: Renee Dougherty, Contracting Officer, at 301-827-8453, or renee.dougherty@nih.gov or Karen Mahon, at karen.mahon@nih.gov �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bedd685cb55743a5862a2be1c6e56091/view)
 
Place of Performance
Address: Baltimore, MD 21224, USA
Zip Code: 21224
Country: USA
 
Record
SN05829809-F 20201018/201016230136 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.