Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2022 SAM #7471
MODIFICATION

66 -- Human Cytokine 48-plex and Mouse Cytokine 23-plex Assay Kits

Notice Date
5/13/2022 1:29:37 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
NIMH-22-003113
 
Response Due
5/20/2022 11:00:00 AM
 
Archive Date
05/21/2022
 
Point of Contact
Robin Knightly, Phone: 3018275302
 
E-Mail Address
Robin.knightly@nih.gov
(Robin.knightly@nih.gov)
 
Description
COMPETITIVE COMBINED SYNOPSIS / SOLICITATION Title: Human Cytokine 48-plex and Mouse Cytokine 23-plex Assay Kits �(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 NIMH-22-003113 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. �(iii)����� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2022-05 with effective date March 07, 2022. (iv)������ The associated NAICS code 334516 and the small business size standard is 1,000 employees. This requirement has no set-aside restrictions. (v)������ The purpose of this requirement is to purchase four Bio-Plex Pro� human cytokine 48-plex assay kits and two Bio-Plex Pro mouse 23-plex assay kits� or equal human cytokine 48-plex assay kits and mouse 23-plex assay kits to measure these cytokines in a small volume of 80 clinical PBMC samples and mouse plasma samples by Magpix multiplex reader in order to define biomarkers of response to ketamine or LPS.� The salient physical, functional, or performance characteristics that �equal� products must meet are specified in the salient characteristics below and attached purchase description.� Please be advised that any �equal� product must be able to produce results equal to results of Bio-Plex Pro� human cytokine 48-plex assay kits and two Bio-Plex Pro mouse 23-plex assay kits as to not impact continuity of research. ���������� Salient Characteristics: Magnetic bead�based for simplified plate processing; Developed to deliver accurate,reproducible measurements in multiple sample matrices; Requires as little as 12.5 �l of sample for both multiplex assays; Available as all-in-one, space-saving complete kit; Includes premixed standards for generation of standard curves over a broad dynamic range for each target. All deliverables required under this contract shall be packaged, marked and shipped in accordance with Government specifications. At a minimum, all deliverables shall be marked with the contract number and Contractor name. The Contractor shall guarantee that all required materials shall be delivered in immediate usable and acceptable condition. (vi)��� Delivery shall be made to: Dr. Peixiong Yuan National Institutes of Mental Health (NIMH) 10 Center Dr 10, 4A07 Bethesda, MD� 20892 The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date is within thirty (30) days after receipt of order (ARO).� Delivery destination will be f.o.b. destination. 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 52.211-6, Brand Name or Equal (Aug 1999) FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021) FAR 52.225-4, Buy American-Free Trade Agreements-Israeli Trade Act Certificate (Feb 2021).� Alternate I (Jan 2021) to 52.225-4 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 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020). FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Nov 2021). FAR 52.225-3, Buy American Free Trade Agreements-Israeli Trade Act Certificate (Feb 2021), Alternate I (Jan 2021) to 52.225-3 HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 2015) The following provisions and clauses apply to this acquisition and are attached in full text.� Offerors MUST complete the provisions at 52.204-24, 52.204-26 and 52.225-4 and submit completed copies as separate documents with their proposal. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Nov 2021) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jan 2022) FAR 52.225-4, Buy American-Free Trade Agreements-Israeli Trade Act Certificate (Feb 2021).� Alternate I (Jan 2021) to 52.225-4 NIH Invoice and Payment Provisions (March 07, 2022) 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: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance. Technical and past performance, when combined, are 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. 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. (xi).����� There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xii).���� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiii).��� 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.� 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 2:00 pm, Eastern Time, on May 20, 2022, and reference Solicitation Number NIMH-22-003113. Responses must be submitted electronically to Robin Knightly, Contracting Officer, at robin.knightly@nih.gov. Fax responses will not be accepted. (xiv).�� The name and email of the individual to contact for information regarding the solicitation: Robin Knightly ����������� robin.knightly@nih.gov Attachments: 1. Purchase Description; 2. FAR 52.204-24 � signed copy to be returned; 3. FAR 52.204-25; 4. FAR 52.204-26 � signed copy to be returned; 5. FAR 52.212-4; 6. FAR 52.212-5; 7. FAR 52.225-4 � signed copy to be returned; and 8. Invoice Instructions
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/124ca45720204bc4bf69149c9ddda688/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06326452-F 20220515/220513230057 (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.