Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2022 SAM #7490
MODIFICATION

66 -- Agilent 6546 QTOF LC-MS System with accessories (Brand-name or equal)

Notice Date
6/1/2022 5:55:58 AM
 
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
75N95022Q00282
 
Response Due
6/8/2022 6:00:00 AM
 
Archive Date
06/23/2022
 
Point of Contact
Renato Gomes
 
E-Mail Address
renato.gomes@nih.gov
(renato.gomes@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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 75N95022Q00282 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 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 2022-06, with effective date 05/26/2022. (iv)������ The associated NAICS code is 334516 - Analytical Laboratory Instrument Manufacturing and the small business size standard is 1000 employees. This requirement is set-aside to small business. (v)������� The National Institutes of Health (NIH) is the nation�s leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people�s health and save lives. NCATS is one of 27 Institutes and Centers at the NIH and its mission is to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions. The NCATS DPI plans, conducts and uses both internal and contract resources to advance collaborative research projects across the preclinical phases of the translational science spectrum. The NCATS DPI IFX enables data-driven decisions that accelerate translation by developing new or enhancing the application of existing methods that prioritize targets and therapeutic opportunities for evaluation; designing novel, fit-for-purpose chemical probes; and assessing the productivity of the translational research process. The NCATS DPI Analytical Chemistry Core (ACC) maintains a state-of-the-art laboratory whose mission is to support translational research throughout NCATS by providing analytical chemistry services involving the isolation, purification, identification and analysis of various therapeutic modalities for targeted disease states. Untargeted metabolomic profiling captures a detailed view of the chemical processes underlying cells and is the closest representation of a given phenotype (compared to other omics). Untargeted metabolomics thus plays a key role in translational research, from the identification of biomarkers to an enhanced understanding of the mechanisms that underlie diseases, and to the identification of targetable pathways or molecules. Importantly, untargeted approaches pinpoint specific pathways or reactions that can be monitored through high-throughput targeted assays. An ultimate goal is to automate the process of generating, analyzing, and interpreting untargeted metabolic profiles to accelerate research efforts. The acquisition of a ultra-performance liquid chromatography-quadrupole time-of-flight mass spectrometry (UPLC/QTOF) system dedicated to untargeted metabolomics would expand mass spectrometry capabilities within DPI providing significant benefit by enabling NCATS to meet the support demands of both internal and external collaborators. Current mass spectrometry instrumentation in the NCATS DPI ACC is primarily configured for routine targeted MS-based studies. By having access to a UPLC-MS dedicated to untargeted omics experimentation, NCATS will be able to fulfill unmet research needs. Multiple applications of this requested instrumentation at NCATS would include 1) identifying biomarkers of toxicity, treatment response, and diseases; 2) elucidating biological mechanisms underlying cellular differentiation, disease development, and treatment response; 3) narrowing down possible compounds to evaluate in assays based on metabolism features. This instrument would be part of a broader NCATS effort, that includes ACC, Early Translation Branch (ETB), Therapeutic Development Branch (TDB), Chemical Genomics Branch (CGB), and Information Technology Resources Branch (ITRB), to leverage metabolomics and other omics in preclinical and clinical research. It is worth noting that untargeted and targeted MS-based methods dovetail together to enable meaningful discoveries and facilitate comprehensive analysis throughout the progression of projects. The Agilent 6546 QTOF LC-MS system (Brand-name or equal) will be located the ACC laboratory where its operation and management can be overseen by mass spectrometry staff. Thus, without acquisition of the Agilent 6546 QTOF LC-MS system (Brand-name or equal), the NCATS IFX and ACC groups will be unable to expand the metabolomic, and multi-omic capabilities of NCATS. (vi)������ The Informatics (IFX) Core Group, within the Division of Preclinical Innovation (DPI) at the National Center for Advancing Translational Sciences (NCATS) seeks to purchase an Agilent 6546 QTOF LC-MS System with accessories (Brand-name or equal) in order to expand mass spectrometry capabilities and fulfill unmet research needs. For reference purposes, the Liquid Chromatography High-Resolution Quadrupole Time-of-Flight (QTOF) with Tandem Mass Spectrometer (LC-MS/MS) that meet the need of this requirement is the Agilent 6546 Quadrupole Time-of-Flight MS Instrument with 1290 Infinity II LC, as per the specific requirement and salient characteristics provided in the attached PURCHASE DESCRIPTION (PD). (vii)����� The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date is required within three (3) weeks after receipt of order (ARO). Delivery will be f.o.b. destination. The place of delivery and acceptance will be National Center for Advancing Translational Sciences (NCATS) at 9800 Medical Center Drive, Rockville, MD 20850. (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 52.211-6, 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 52.225-6, Trade Agreements Certificate (Feb 2021) FAR 52.229-11 Tax on Certain Foreign Procurements�Notice and Representation. (Jun 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) FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Nov 2021). 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) HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 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 and 52.204-26 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 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (May 2022) NIH Invoice Instructions with IPP (April 2022) NIH Invoice Instructions without IPP (April 2022) (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)]. � (x)������� The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer. (xi)������ The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. (xii)����� Additional contract requirement(s) or terms and conditions applicable to this acquisition: There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiii)���� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (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 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 Unique Entity ID from SAM.gov, 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 questions must be received by 9:00 a.m., Eastern Daylight/Standard Time, on June 3, 2022, and reference Solicitation Number 75N95022Q00282. Questions may be submitted electronically to Renato Gomes, Contract Specialist, at renato.gomes@nih.gov. All quotations must be received by 9:00 a.m., Eastern Daylight/Standard Time, on June 8, 2022, and reference Solicitation Number 75N95022Q00282. Responses must be submitted electronically to Renato Gomes, Contract Specialist, at renato.gomes@nih.gov. Fax responses will not be accepted. Attachments: Purchase Description FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation(Oct 2020) Addendum to FAR 52.212-4 Terms and Conditions � Commercial Items FAR 52.212-5, Contract Terms and Conditions�Commercial Products and Commercial Services (May 2022) FAR 52.225-6, Trade Agreements Certificate (Feb 2021) FAR 52.229-11 Tax on Certain Foreign Procurements�Notice and Representation. (Jun 2020) NIH Invoice Instructions with IPP (April 2022) NIH Invoice Instructions without IPP (April 2022)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3effc74c2fc14602a8e53ba8e5c0443f/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06343611-F 20220603/220601230102 (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.