The RFP Database
New business relationships start here

Brand Name or Equal FiberVision Platform for Single Fiber Analyses of DNA Replication


Maryland, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E132, Bethesda, MD 20892, UNITED STATES.


Non-USPS mail such as Fedex UPS and other private carriers please use Rockville, MD 20850.


The National Cancer Institute (NCI), Center for Cancer Research (CCR), the DNA Replication Group, Developmental Therapeutics Branch (DTB), requests that NCI's Office of Acquisitions/Strategic Acquisitions Branch (SAB) procure a FiberVision platform for single fiber analyses of DNA replication.


This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation: No. 75N91019Q00100 includes all applicable provisions and clauses in effect through FAR FAC 2019-02 (June 2019) simplified procedures for commercial items.


The North American Industry Classification System code is 334516 and the business size standard is 1000 employees.


Only one award will be made as a result of this solicitation. This will be awarded as a severable firm fixed price type contract.


I. Description of Requirement


The following product features/characteristics are required for this requirement:


• Must be able to perform dynamic molecular combing of single fibers of DNA obtained from cancer and normal cells. DNA shall be straightened at a consistent pace forming uniform fibers that could be detected at single fiber resolution.
• Must be able to attach uniformly straightened DNA to microscope coverslips covered with a specialized coating to facilitate in situ hybridization and visualization of replication label using fluorescent antibodies.
• Must have slide storage and automated slide loader capabilities; enabling to queue and analyze several slides from different group/scientists at any time.
• Must be able to visualize microscope slides scanning entire slides with single fiber resolution in a minimum of 3 colors including 430 nm, 568 nm and 650 nm: excitation filters at 390 nm, 434 nm, 568 nm and 650 nm; emission filters including triple-band filters at 515/588/700 mm, 425/527/685 nm.
• Must be capable of concomitant visualization of DNA fibers on microscope slides. The apparatus includes a microscope with excitation and emission filters of 3 fluorescent colors combined. Must include an automatic scanner capable of scanning an entire slide and create a composite image detecting all 3 colors in the following combinations: blue, green and red, cyan, green and red and UV, cyan and yellow.
• Must include an analysis module, including specialized software for identification, recording and quantification of signal coordinates from fluorescent in situ hybridization and replication studies.
• Must include software for visualization, recording and quantifying fluorescent signals automatically identified as initiation and elongation of replication forks as well as in situ hybridization bar-codes on isolated mammalian DNA fibers.
• Must include software capable of identifying replication fork initiation, elongation and termination when fibers are labeled first with 568 nm signals and then with 650 nm signals or vice versa.
• Must include software modules capable of calculating average and statistical variance of replication fork speed, inter-origin distances on single fibers, and statistical analyses of replication fork symmetry.
• Must have a minimum one (1) year manufacturer warranty and online support for the first 12-months after award.
• Must include training and installation
• Quote must include shipping, including (FBO) and installation cost. NCI will not be responsible for any cost not included.


Note: NCI plans to award a contract that has FOB origin delivery terms.


II. Delivery: Contractor shall deliver the item(s) within 8 weeks after award to: NIH/NCI Bethesda, Maryland 20892. The Contractor that receives the award will be provided with the complete mailing address and point of contact. Upon award, contractor must notify the NCI Technical Point of Contact to schedule the delivery.


III. Payment: Payment shall be made as a one-time lumpsum for the total amount invoiced after delivery and acceptance by the Technical Point of Contact (TPC). Payment authorization requires submission and approval of invoice by the NCI TPC and NIH Commercial Accounts.


PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition:


FAR 52.211-6 Brand Name or Equal. (Aug 1999)


(a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation


(b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-


(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;


(2) Clearly identify the item by-


(i) Brand name, if any; and


(ii) Make or model number;


(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and


(4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications


(c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer


(d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.


Offers providing an "equal" product must submit additional documentation that highlights and describes how the offer is equal in accordance wiht FAR Clause 52.211-6


52.212-1 Instructions to Offerors Commercial Items (Oct 2018);


52.212-2 Evaluation Commercial Items (OCT 2014):


The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the quote. The Government reserves the right to make an award without discussions.


FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- (Nov 2017) WITH DUNS NUMBER ADDENDUM {52.204-6 (Oct 2018)};


FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (Oct 2018);


FAR Clause 52.212-5: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (May 2019). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition;


FAR Clause 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006)


FAR Clause 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018)


FAR Clause 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015)


FAR Clause 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014)


FAR Clause 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644)


FAR Clause 52.219-28, Post Award Small Business Program Representation (Jul 2013)


FAR Clause 52.222-3, Convict Labor (June 2003)


FAR Clause 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018)


FAR Clause 52.222-21, Prohibition of Segregated Facilities (Apr 2015)


FAR Clause 52.222-26, Equal Opportunity (Sep 2016)


FAR Clause 52.222-35, Equal Opportunity for Veterans (Oct 2015)


FAR Clause 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014)


FAR Clause 52.222-37, Employment Reports on Veterans (Feb 2016)


FAR Clause 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)


FAR Clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)


FAR Clause 52.225-1, Buy American Act--Supplies (May 2014)


FAR Clause 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014)
Alternate II (May 2014) of 52.225-3


FAR Clause 52.225-13, Restrictions on Certain Foreign Purchases (June 2008)


FAR Clause 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018)


Full text copies of the representations and certifications for other cited provisions and clauses may be obtained online at the NCI website at http://ncioa.cancer.gov/oa-internet/ or from Ronette Collins, Contract Specialist at ronette.collins@nih.gov.


OFFERORS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror's Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA) through www.sam.gov.


Quotations must be received in the NCI-OA contracting office by 12:00 p.m. EST on
July 18, 2019. Please refer to solicitation number 75N91019Q00100 on all correspondence. Faxed quotations will NOT be accepted. Quotations may be submitted via email to Ronette Collins, Contract Specialist at ronette.collins@nih.gov.


All questions shall be in writing and may be addressed to the aforementioned individual noted above. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management through sam.gov.


 


Ronette P. Collins, Contracts Specialist, Phone 2402765745, Email ronette.collins@nih.gov - Reyes Rodriguez, Contracting Officer, Phone 240-276-5442, Email reyes.rodriguez@nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP