Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 24, 2021 SAM #7175
SOLICITATION NOTICE

65 -- Procurement of an Imaging System

Notice Date
7/22/2021 2:20:11 PM
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
 
ZIP Code
20817
 
Solicitation Number
NICHD-21-212
 
Response Due
8/2/2021 6:00:00 AM
 
Archive Date
08/17/2021
 
Point of Contact
Amber Harris, Fax: 3014803278
 
E-Mail Address
amber.harris@nih.gov
(amber.harris@nih.gov)
 
Description
�� � �� �COMBINED SYNOPSIS / SOLICITATION WORKFORM (1)�� �Action Code: �Combined Synopsis/Solicitation (2)�� �Date: 7/22/2021 (3)�� �Year: 2021 (4)�� �Contracting Office Zip Code: 20892 (5)�� �Project Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6)�� �Contracting Office Address: 6710B Rockledge Drive Bethesda, MD 20892 (7)�� �Subject/Title: Procurement of an Imaging System (8)�� �Proposed Solicitation Number: NICHD-21-212 (9)�� �Closing Response Date: 8/2/2021 (10)�� �Contact Point: Amber Harris (11)�� �Contract Award and Solicitation Number: TBD (12)�� �Contract Award Dollar Amount: TBD (13)�� �Contract Line Item Number(s): TBD (14)�� �Contractor Award Date: TBD (15)�� �Contractor Name: TBD (16)�� �Description: (Background) (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; quotes are being requested and a written solicitation will not be issued.�� (ii)�� �The solicitation number is NICHD-21-212 and the solicitation is issued as a request for quote (RFQ). (iii)�� �The solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular �2021-06 Effective July 12, 2021. (iv)�� �The associated NAICS code is 334516, Analytical Laboratory Instrument Manufacturing, and the small business size standard is 1,000. �The acquisition is being conducted in accordance with the procedures of FAR Part 12 and FAR Part 13.� (v)�� �The Contractor Requirements are listed below: 1.0�� �PURCHASE ORDER TITLE Procurement of an Imaging System �� ��� � 2.0�� �BACKGROUND Our ongoing research in the Molecular Medicine Branch involves the cell culture of various primary cell types and established cell lines, and working with various mouse models. �We have several research projects that involve analysis of specific protein expression and associated signaling pathways from cells in culture and primary tissue. �Protein analysis by Western blotting is carried out to quantify the amount of specific protein expression and to assess activation of select signaling pathways. �Detection of these proteins involves using both primary and secondary antibodies, which can be detected using chemiluminescence (most common) and fluorescence (newer technology). �The use of fluorescent antibodies allows for greater detection sensitivity and multiplexing for detection of more than one protein at a time, reducing the number of times a blot needs to be stripped. �Some of our mouse models have fluorescent tags on proteins that can be used to check for those proteins in dissected tissues and cells. Western blotting can be used to assess these fluorescently labeled proteins. �We also run DNA/RNA gels that use either ethidium bromide or Sybrsafe to expose the nucleic acid via UV light. �The current imaging system that we have is several years old, is no longer producing publication quality images (leaves streaks in the images) and does not have fluorescent capability. �We need a new imaging system that does: �1) UV and blue for DNA/RNA gels, 2) chemiluminescence for Western blots, 3) near infrared (IR) and RGB fluorescence, and 4) quantify bands observed using visible light for Coomassie blue staining and protein ladder detection. As part of our continuing research projects on the effect of erythropoietin on glucose metabolism, we are assessing erythropoietin activation of several signaling pathways in cells and on lipid uptake in various cells lines and primary cells. �Many signaling pathways affect glucose metabolism of the cell contributing to systemic glucose metabolism. �Lipid uptake is important in white adipose tissue regulation, which in turn affects glucose regulation at the cellular and systemic levels. �Assessment using Western blotting of the proteins involved in glucose metabolism and lipid uptake in various specific cell types will further our understanding of glucose metabolism/regulatory disorders such as Type II diabetes. � 3.0�� �OBJECTIVE To replace an older imaging system that no longer produces publication quality images with an imaging system that offers fluorescent imaging beyond the standard UV and chemiluminescence with the Azure 600 Western Blot Imaging System. 4.0 �� �SALIENT / REQUIRED FEATURES AND SPECIFICATIONS To replace an older imaging system that no longer produces publication quality images with an imaging system that offers fluorescent imaging beyond the standard UV and chemiluminescence. The imaging system needs to have: two channels of UV light (320nm and 365nm) for nucleic acid gels, blue light excitation (470nm) for Sybrsafe nucleic acid gels, chemiluminescent detection for Western blots, NIR (near infrared) and RGB fluorescence for florescent Western blots and fluorescently tagged cells/tissues, and white light excitation for Coomassie blue stained gels. � The camera needs to be a minimum of 9.1 megapixels for publication quality images that has its own regulated cooling systems that holds the camera at -50oC. �The camera needs to have a minimum of 4 logs of OD dynamic rage with a 0.95 fixed lens. The imager needs to have an integrated touchscreen no smaller than 13 inches. �The program needs to be easy to use and allow for the transfer of data via ethernet or USB flash drive. �The program needs to be able to perform analysis for 2D densitometry, automatic lane and band detection, molecular weight analysis, multiplex analysis, dendrograms, signal normalization, and annotation. 5.0 �� �TASKS AREAS Independently, and not as an agent of the Government, the contractor shall perform all of the detailed Task Areas listed below: 5.1�� �Task Area 1 � The Vendor will deliver (FOB destination) the new imager on site to Building 10.� O�� �The vendor and/or shipping company will ensure are required shipping documentation is obtained, especially if this is an independent international shipment. O�� �Shipping Company will contact the Project Manager to schedule the delivery; Delivery is to be inside delivery, to Building 10, Room 9N323. 5.2�� �Task Area 2 - Delivery personnel will need to uncrate and unpack the imager. 5.3�� �Task Area 3 - The incubators must have at least a 1-year parts, service, and maintenance warranty. 5.4�� �Task Area 4 - Training and final installation inspection will be provided by the sales representative with consultation with the Project Manager. 6.0�� �PURCHASE ORDER TYPE This Purchase Order is to be a firm fixed price.� 7.0�� �INSPECTION AND ACCEPTANCE Inspection and acceptance will be performed at the place of installation/upon delivery of service - National Institutes of Health, NIDDK, NIH main campus, in Bethesda, MD 20892. (vi)�� �Period of Performance: � Within 60 Days of Award (viii)�� �The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (vii)�� �The provision at FAR clause 52.212-2, Evaluation � Commercial Items, is applicable. �Award will be made to the contractor providing the most advantageous quote to the Government. �Technical factors, past performance, and price considered with technical factors outweighing price. � Specifically, the following technical factors will be evaluated: i.�� �The vendor will be evaluated on their quoted services meeting the specifications under section 4.0 SALIENT / REQUIRED FEATURES AND SPECIFICATIONS (x)�� �FAR clause 52.212-3, Offeror Representations and Certifications � Commercial Items, is applicable. �An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (p) of this provision. � (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. �Including the following clauses and Prohibitions: i.�� �FAR - 52.204-25 - Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2020). ii.�� �52.219-28, Post Award Small Business Program Representation iii.�� �52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2014) iv.�� �52.222-21, Prohibition of Segregated Facilities v.�� �52.222-26, Equal Opportunity vi.�� �52.222-36, Equal Opportunity for Workers with Disabilities vii.�� �52.222-50 Combating Trafficking in Persons viii.�� �52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving� ix.�� �52.225-13, Restrictions on Certain Foreign Purchases Additional Clauses: i.�� �52.232-33, Payment by Electronic Funds Transfer� System for Award Management (Jul 2013) (31 U.S.C. 3332) ii.�� �52.232-39, Unenforceability of Unauthorized Obligations. (xiii)�� �Additional Contract Requirements: None (xiv)�� �The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable.� (xv)�� �Offers shall be submitted via email to amber.harris@nih.gov� (17)�� �Place of Contract Performance:� National Institute of Health, NIDDK 10 Center Drive Bethesda, Maryland 20892 (18)�� �Set-aside Status: This requirement is not being set aside for small business. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bf69bacf534f41c79df308ccff19b164/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06070869-F 20210724/210722230125 (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.