SOLICITATION NOTICE
66 -- Promega reagent kits and assays for the Antiviral Program for Pandemics at NCATS
- Notice Date
- 2/7/2023 10:27:17 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
- 75N95023Q00108
- Response Due
- 2/14/2023 6:00:00 AM
- Archive Date
- 03/01/2023
- Point of Contact
- Samson Shifaraw, Phone: 3014807153
- E-Mail Address
-
samson.shifaraw@nih.gov
(samson.shifaraw@nih.gov)
- Description
- COMBINED SYNOPSIS / SOLICITATION 75N95023Q00108 TITLE: Promega reagent kits and assays for the Antiviral Program for Pandemics at NCATS.� � � � THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR 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 Center for Advancing Translational Sciences (NCATS), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to Promega Corporation, 2800 Woods Hollow Rd., Madison, WI 53711. The Government requires a brand-name only Item No. V7603X MTase-Glo (TM) Methyltransferase Assay, Custom. The NCATS screening assays have been optimized using Promega reagents. As these projects use these reagents from Promega as a control in our science, introducing anyone else�s reagents at this point would cause immense cost and time restraints to the government, based on re-optimizing all screens before moving forward. (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; quotations are being requested and a written solicitation will not be issued. (ii)��������� The solicitation number is 75N95023Q00108 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) 2023-01 effective December 30, 2022. (iv)�������� The associated NAICS code is 325414 and the Small Business size standard is 1,250 employees. This requirement is non-competitive and no set-aside restrictions are applicable. DESCRIPTION (v)��������� In support of the Antiviral Program for Pandemics (APP) at the National Center for Advancing Translational Sciences (NCATS), within the National Institutes of Health (NIH), there is a requirement for custom assays from Promega Corporation. NCATS needs the specified reagents for multiple ongoing projects. Promega manufactures a number of reagent systems NCATS uses in multiple ongoing assays and projects. The assay systems and kits allow us to measure specific outcomes of cells. Their products are specifically engineered for high throughput and automation settings, which are the standard at NCATS. The specific items required are: Item #:��V7603X Item Description and/or specifications:� MTase-Glo (TM) Methyltransferase Assay, Custom. Each kit to include the following: 10 x A120C SAM, 1mM, 1ml 10 x A233B SAH, 15uM, 0.3ml 1 x V760X MTase-Glo� Reagent, 10X, 50ml 1 x V761X MTase-Glo� Detection Solution, 500ml Qty: 5 Each kit to include the following: 10 x A120C SAM, 1mM, 1ml 10 x A233B SAH, 15uM, 0.3ml 1 x V760X MTase-Glo� Reagent, 10X, 50ml 1 x V761X MTase-Glo� Detection Solution, 500ml All reagents must meet the following essential features: All reagents must be easily scalable and highly sensitive Reagent kits and assays must be optimized for Primary high-throughput screening, secondary screening and lead optimization. Engineered for live cell imaging Optimized for multiwell plates and automation equipment Easily scalable �(vi)������� The equipment shall be delivered within 5 weeks after the date of award to the below city / state, FOB Destination. The exact address and point of contact will be included on the resultant award. ������������� Rockville, MD 20850 EVALUATION AND AWARD (vii) ����� The anticipated award date is March 1, 2023. (viii)������ The Government plans to make one award resulting from this solicitation. The resulting award will be made to Promega Corporation as long as its quotation is technically acceptable and at a fair and reasonable price. If additional quotations are received, the award will be made to the vendor who represents the best value to the Government, price and other factors considered. The Government will use comparative evaluations to determine which quotation is the best value, in consideration of the following evaluation criteria: 1. Technical Capability: This criteria includes 1) the ability to provide the brand-name items, and 2) the proposed delivery date. 2. Past Performance: Past performance providing similar items. The Government may use any source of available past performance information (see FAR 13.106-2(b)(3)). 3. Price: The total price for all items, including shipping. (ix)�������� The Government plans to award a Fixed-Price contract. SUBMISSION INSTRUCTIONS (x)��������� All responses to this RFQ must be received by 9:00am Eastern Time on Thursday, February 14, 2023 and must reference the solicitation number cited above. Responses must be submitted via email to Samson Shifaraw at samson.shifaraw@nih.gov. (xi)�������� This is an RFQ. This request does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or service. Supplies are of domestic origin unless otherwise indicated by quoter. Any representations and/or certifications attached to this RFQ must be completed by the quoter. (xii)������� Responses to this RFQ must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. Responses may exceed capability or performance characteristics of the solicitation's requirements. The Government reserves the right, but is not required, to award to a response that exceeds capability or performance characteristics of the solicitation's requirements if it provides a benefit to the Government. (xiii)������ Responses must also include the Unique Entity Identifier (UEI) (which recently replaced the DUNS number), the Taxpayer Identification Number (TIN), the certification of business size, the completed representation in FAR Provisions 52.225-2 (attached), and a quotation that includes: 1. �� The total price (including shipping), 2. �� Individual prices for each listed line item (including shipping), 3. �� Delivery days after contract award for the submission of all line items (total), 4.��� Delivery terms, 5. �� Prompt payment discount terms, 6. �� Product or catalog number(s), 7. �� Product description, and 8. �� Any other information or factors that may be considered in the award decision. Such factors may include: 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. (xiv)������ For information about this RFQ, contact Samson Shifaraw, Contract Specialist at 301-480-7153 or samson.shifaraw@nih.gov. (xv)������� All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. TERMS AND CONDITIONS, PROVISIONS, AND REPRESENTATIONS (xvi)������ The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). 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 www.acquisition.gov. The following provisions apply to this acquisition and are incorporated by reference: 1. FAR Provision 52.204-7, System for Award Management (Oct 2018) 2. FAR Provision 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) 3. FAR Provision 52.212-1, Instructions to Offerors�Commercial Products and Commercial Services (Nov 2021) 3. FAR Provision 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services (Dec 2022) (xvii)����� The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). 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 www.acquisition.gov. In addition to the clauses checked in FAR 52.212-5 (attached), the following clauses also apply to this acquisition and are incorporated by reference: FAR Clause 52.204-13, System for Award Management Maintenance (Oct 2018) FAR Clause 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) FAR Clause 52.212-4, Contract Terms and Conditions � Commercial Products and Commercial Services (Dec 2022) HHSAR Clause 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) (xviii) �� HHS reserves the right to exercise priorities and allocations authority with respect to this contract, to include rating this order in accordance with 45 CFR Part 101, Subpart A�Health Resources Priorities and Allocations System. ������������� ATTACHMENTS (xix)������ The following are attached in full text: The provision at FAR 52.225-2, Buy American Certificate (Oct 2022) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Products and Commercial Services (Dec 2022) NIH Electronic Invoice Submission Instructions with IPP (April 21, 2022)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/45cf892620884d29b0102c121e3787c6/view)
- Place of Performance
- Address: Rockville, MD, USA
- Country: USA
- Country: USA
- Record
- SN06584906-F 20230209/230207230111 (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 |