Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 01, 2021 SAM #7152
SOLICITATION NOTICE

65 -- Purchase �HTRF� cAMP Gi Assay kit� and �HTRF� cAMP Gs Dynamic Assay kit� (Brand-name or equal)

Notice Date
6/29/2021 7:31:14 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325414 — Biological Product (except Diagnostic) Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95021Q00260
 
Response Due
7/6/2021 6:00:00 AM
 
Archive Date
07/21/2021
 
Point of Contact
Renato Gomes, Phone: 3014512596
 
E-Mail Address
renato.gomes@nih.gov
(renato.gomes@nih.gov)
 
Description
AMENDMENT No.: 01, from June 29, 2021 QUOTATION DUE DATE: 9:00 a.m., Eastern Time, on July 6, 2021 (Changed) This amendment No.: 1 is to�revise Combined Synopsis/Solicitation evaluation and submission instructions. (D Mod_1_75N95021Q00260_Mod) is attached in full. END OF AMENDMENT No.: 01, from June 29, 2021 �(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 75N95021Q00260 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item 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 (FAC) Number 2021-05, with effective date March 10, 2021. (iv)������ The associated NAICS code 325414 and the small business size standard 1,250 employees. This requirement is not set-aside for small business. DESCRIPTION (v)������� The Tox21 group of National Center for Advancing Translational Sciences (NCATS), Division of Preclinical Innovation (DPI) requires two reagent kits named �HTRF� cAMP Gi Assay kit� and �HTRF� cAMP Gs Dynamic Assay kit� (Brand-name or equal). These two reagent kits will use to screen Tox21 library collections (10,000 compounds) in a 1536-well high-throughput format. The purpose of the purchase is to screen Tox21 10K library to identify a group of G protein-coupled receptors (GPCR) for better biological response space coverage and toxicity prediction. This project is one of the cross-partner projects in the Tox21 collaboration between NCATS and NTP/EPA/FDA. (vi)������ Generic Name of Product: Competitive immunoassay intended to measure cyclic AMP (cAMP) accumulation in cells. Purchase Description: The brand-name items and accessories are listed in the table below: HTRF� cAMP Gi Assay kit, Part Number: 62AM9PEJ, Quantity: 10 ea. HTRF� cAMP Gs Dynamic Assay kit, Part Number: 62AM4PEJ, Quantity: 10 ea. The salient physical, functional, or performance characteristics that �equal� products must meet are as follows: Gi Assay kit: The principle is based on HTRF� technology. It enables the direct compounds acting on Gs-coupled receptors in cells. Principles of the HTRF� technology: Anti-cAMP cryptate and d2-labeled cAMP are the two main components of the detection reagents. cAMP produced intracellularly is detected following cell lysis via competition between the intracellular cAMP and d2-labeled cAMP for the anti-cAMP antibody. An increase in intracellular cAMP leads to disruption of FRET signal, whereas a decrease in intracellular cAMP results in higher FRET signal. Shipping and Handling FOB destination. Gs Dynamic Assay kit: The principle is based on HTRF� technology. It enables the direct compounds acting on Gi-coupled receptors in cells. Principles of the HTRF� technology: Anti-cAMP cryptate and d2-labeled cAMP are the two main components of the detection reagents. cAMP produced intracellularly is detected following cell lysis via competition between the intracellular cAMP and d2-labeled cAMP for the anti-cAMP antibody. An increase in intracellular cAMP leads to disruption of FRET signal, whereas a decrease in intracellular cAMP results in higher FRET signal. Shipping and Handling FOB destination. (vii)����� The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date is within four (4) weeks after receipt of order (ARO). Delivery shall be made to the below address with FOB Destination. National Center for Advancing Translational Sciences (NCATS) 9800 Medical Center Drive Rockville, MD 20850 TERMS AND CONDITIONS, PROVISIONS, AND REPRESENTATIONS (viii)���� The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (ix)������ The Quoters are to include a completed copy of the attached provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021), with its quote. ����������� If applicable, the following FAR Provision Representations and Certifications must be completed, signed, and returned by the quoters with its quote pursuant to FAR 4.2103 Procedures. ����������� FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) ����������� FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) (x)������� The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018) applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. The additional contract terms and conditions are as follows. FAR 52.212-4 Addendum � Supplier License Agreements, attached. FAR 52.212-4(g), Invoice, is supplemented by: NIH Invoice and Payment Instructions (Rev. Feb 2021) (xi)������ The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2021) applies to this acquisition and is attached in full text. (xii) ���� 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. 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 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.211-6, Brand Name or Equal (Aug 1999) FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2020) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021) FAR 52.225-2, Buy American Certificate (Feb 2021) 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) FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Oct 2018). Addendum to this FAR clause applies to this acquisition and is attached. HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) (xiii)���� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. EVALUATION (xiv)���� The Government may perform a comparative evaluation of responses in accordance with FAR 13.106-2(b) to select the contractor that is best suited and provides the best value, considering the evaluation factors in this solicitation. The evaluation will compare: Technical capability of the item offered to meet the Government requirement in accordance with the salient characteristics specified in the Purchase Description, Price, and Past Performance as defined under FAR 13.106-2(b)(3). If only one quotation is received it will be evaluated on the preceding. The government reserves the right to select a response that provides benefit to the government that exceeds the minimum; the government is not required to select a response that exceeds the minimum; responses may exceed the requirements; each response must meet the solicitation requirement statement at a minimum; and the government is not requesting or accepting alternate proposal(s)). SUBMISSION INSTRUCTIONS (xiv)���� 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, as well as 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 9:00 a.m., Eastern Time, on July 6, 2021, and reference Solicitation Number 75N95021Q00260. Responses must be submitted by email to Renato Gomes, Contract Specialist, renato.gomes@nih.gov (xv)����� The name and telephone number of the individual to contact for information regarding the solicitation: Renato Gomes Contract Specialist Phone: (301) 451-2596 Email: renato.gomes@nih.gov ATTACHMENTS (xvi)���� Attachments: Purchase Description (PD) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021) FAR 52.212-4, Addendum � Supplier License Agreements FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (Jan 2021) FAR 52.225-2, Buy American Certificate (Feb 2021) NIH Invoice and Payment Provisions (Rev. Feb 2021)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7d103fd3e9f34d33b2e6e9fbd24a13c1/view)
 
Place of Performance
Address: Rockville, MD 20850, USA
Zip Code: 20850
Country: USA
 
Record
SN06046544-F 20210701/210629230152 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.