The RFP Database
New business relationships start here

Brand Name or Equal SpectraMax M3 Plate Reader


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

Contracting Office Address
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 Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Lymphoid Malignancies Branch (LMB), plans to procure on a competitive basis a Brand Name or Equal SpectraMax M3 Plate Reader.
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. N02RC82562-73 includes all applicable provisions and clauses in effect through FAR FAC 2005-97 (JAN 2018) 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 firm fixed price type contract.


I. Description of Requirement


The HHS/NIH/NCI/CCR/LMB directs a series of basic and clinical research studies involving patients with malignancies of the hematopoietic system. The equipment used in the performance of experiments supporting this research for the clinical trials team. The assays are performed in a timely fashion to evaluate the patient's prognosis. Decisions to determine the appropriate therapy or to continue/cease therapy are dependent on these research assays.

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


• Absorbance with 400-490 nm (for ELISA), 450-500 nm and 630-690 nm wavelength filter (for XTT assay) on a 96-well plate at 37C
• Dual Monochromator Fluorescence Detection at 250-800 nm wavelength from top or bottom of microplate for TUNEL, Annexin-V, and Caspase-3 apoptosis assays of adherent and suspended cells (top and bottom detection)
• Luminescence detection of adherent and suspended cells (top and bottom detection) with ≤75 pM sensitivity in a 96-well plate (for bioluminometric cell viability assays)
• Read the concentration of 2 to 4 uL of DNA, RNA and protein volume at a quantity of 24 or 64 samples
• Software for data acquisition, analysis, and management, with capability for cross-plate analysis and personalized reporting
• 12 month warranty
• Option to trade in current model for newer model


II. Delivery: Contractor shall deliver the item(s) within 4 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 after delivery and acceptance by the Technical Point of Contact. Payment authorization requires submission and approval of invoice by the NCI COR and NIH Commercial Accounts.


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.


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


52.212-1 Instructions to Offerors Commercial Items (JAN 2017);
52.212-2, Evaluation Commercial Items (OCT 2014)


Award will be made to the responsible firm submitting the lowest priced technically acceptable (LPTA) offer; and meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. Award will be made on all or none basis. A technically acceptable offer is one in which the Offeror complies with the requirements/technical specifications stated above, and does not take exception, nor object to any of the terms contained in this request. Offers that are not technically acceptable will not be considered further. The technical evaluation will be a determination based on information furnished by the Contractor. The Government is not responsible for locating or securing any information which is not identified in the proposal.


The Government reserves the right to make an award without discussions. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.


52.212-3 Offerors Representations and Certifications Commercial Items (NOV 2017) WITH DUNS NUMBER ADDENDUM (52.204-6 (OCT 2016):


52.212-4 Contract Terms and Conditions Commercial Items (JAN 2017), applies to this acquisition.


52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items (JAN 2018). The following additional FAR clauses cited in this clause are applicable:


(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:


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 2016)


FAR Clause 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2016)
FAR Clause 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns. (OCT 2014)
FAR Clause 52.219-8 Utilization of Small Business Concerns. (NOV 2016)
FAR Clause 52.219-28 Post Award Small Business Program Representation. (OCT 1995)
FAR Clause 52.222-3 Convict Labor. (JUN 2003)
FAR Clause 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2003)
FAR Clause 52.222-21 Prohibition of Segregated Facilities. (APR 2015)
FAR Clause 52.222-26 Equal Opportunity. (SEPT 2016)
FAR Clause 52.222-35 Equal Opportunity for Veterans. (OCT 2015)
FAR Clause 52.222-36 Affirmative Action 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 52.222-50 Combating Trafficking in Persons (MAR 2015)
FAR Clause 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. (AUG 2011)
FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2013)
FAR Clause 52.232-33 Payment by Electronic Funds Transfer-System for Award
Management. (JUL 2013)
FAR Clause 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels. (FEB 2006)


HHSAR 352.203-70 ANTI-LOBBYING (DEC 2015)
Pursuant to the HHS annual appropriations acts, except for normal and recognized executive-legislative relationships, the Contractor shall not use any HHS contract funds for:
(a) Publicity or propaganda purposes;
(b) The preparation, distribution, or use of any kit, pamphlet, booklet, publication, electronic communication, radio, television, or video presentation designed to support or defeat the enactment of legislation before the Congress or any State or local legislature or
legislative body, except in presentation to the Congress or any state or local legislature itself; or designed to support or defeat any proposed or pending regulation, administrative action, or order
issued by the executive branch of any state or local government, except in presentation to the executive branch of any state or local government itself; or (c) Payment of salary or expenses of the Contractor, or any agent acting for the Contractor, related to any activity designed to influence the enactment of legislation, appropriations, regulation, administrative action, or Executive order proposed or pending before the Congress or any state government, state legislature or local legislature or legislative body, other than for normal and recognized executive-legislative relationships or participation by an agency or officer of a state, local, or tribal government in policymaking and administrative processes within the executive
branch of that government.
(d) The prohibitions in subsections (a), (b), and (c) above shall include any activity to advocate or promote any proposed, pending, or future federal, state, or local tax increase, or any
proposed, pending, or future requirement for, or restriction on, any legal consumer product, including its sale or marketing, including, but not limited to, the advocacy or promotion of gun control.


HHSAR 352.222-70 CONTRACTOR COOPERATION IN EQUAL EMPLOYMENT OPPORTUNITY (DEC 2015)


HHS 352-239-73 ELECTRONIC AND INFORMATION TECHNOLOGY ACCESSIBILITY NOTICE (DEC 15)


HHS 352.239-74 ELECTRONIC AND INFORMATION TECHNOLOGY ACCESSIBILITY (DEC 15)
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 4:00 P.M. EST on June 5, 2018. Please refer to solicitation number N02RC82562-73 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, Contract 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