The RFP Database
New business relationships start here

Patch Clamp Rig and Bilayer recording station


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

Title: Patch Clamp Rig and Bilayer recording station

(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 NIH-NIDA-CSS-19-007462 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 2019-01, dated January 22, 2019.


(iv) The associated NAICS code 334516: Analytical Laboratory Instrument Manufacturing and the small business size standard 1000 employees. This requirement is full and open with no set-aside restrictions.


(v) Purpose and Objectives: The purpose of this acquisition is to procure a Patch Clamp Rig and Bi-layer Recording Station


(vi) Background: The National Institute of Neurological Disorders and Stroke (NINDS)-Molecular Neurophysiology Section (MNS) studies the regulation and function of membrane proteins, focusing on the large-conductance voltage- and calcium-dependent potassium (BK) channels, Na+/K+ ATPase.. The first one is a Patch Clamp Rig (Port-A-Patch), which has the ability to be automated to allow for ionic current recordings, screenings and characterizations of the effect of ion channel mutations. The Bi-layer recording system (the Orbit Mini) will be used to study the functionality of purified protein and the mutated purified proteins. This will allow to fuse the purified proteins in to the membrane and functionality studies can be done. Having both systems will allow easy transfer of data and membranes for complete analysis and must be compatible with each other.


Project requirements:
Patch Clamp System:
a) Overall dimensions of the recording station shall not exceed 18 x 10 x 7 cm (7 x 4 x 3 in.)
b) The system shall support giga-seal recordings from one cell at a time. It shall offer access patch clamp data.
c) Suction control, USB-controlled (no in-house vacuum needed)
d) Software (Windows), with graphical tools for logging events
e) USB amplifier system


Bilayer Recording Station:
a) The complete bilayer recording platform shall consist of a main recording unit with a built-in four channel amplifier, and a computer-controlled, environmentally ¬controlled unit for active cooling and heating of the recor¬ding chamber. The system shall allow for use of disposable chips for manual painting of lipid bilayers and parallel recording from four bilayers.
b) System dimensions shall not exceed Maximum 1 ft x 6" x 6"
c) System shall have an integrated four channel low-noise amplifier
d) System shall have the ability to target molecules that can be introduced directly by fusion of proteo-lipisomes
e) System shall have both voltage and ligand gated temperature sensitive ion channels
f) USB-computer connection


Other important considerations: none


Warranty/Service: Contractor shall warrant that the Equipment will be free from material defects for a period of twelve (12) months from the date of acceptance. All service performed on this equipment shall be provided by certified and factory trained technicians. Contractor shall provide any required replacement components due to malfunctions on-site.


(vii) Anticiapted period of performance: Delivery Date 8 weeks ARO



(viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition.


(ix) 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 cabilitity of the item offered to meet the Government requirement. Item must meet all physical/salient characteristics, warranty, and delivery requirements identified in the Purchase Description. (Pass/Fail)


ii. Price


All sources shall provide ALL OR NONE in response to this Combined Synopsis/Solicitation.



(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).


(c) 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.


(x) 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. The Government will accept the Offeror's online Annual Representations and Certifications in SAM.gov. If the offeror does not attach Representations and and Certifications with its offer, the Contracting Officer will assume: 1) the offeror has completed the annual representations and certifications electronically in SAM accessed through http://www.sam.gov, and 2) after reviewing SAM information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), at the time this offer is submitted and are incorporated in this offer by reference (see FAR 4.1201).


(xi) The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.


(xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See attached.


(xiii) The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices.


a. See attached.


b. Please be advised that the National Institutes of Health (NIH) is a Federal agency. Your mass-market commercial and/or license agreement may include provisions that are customarily found in the commercial sector but which are not appropriate for a contract with a Federal agency. Specifically, NIH considers any provision in your mass-market commercial and/or license agreement to be inappropriate and unenforceable that:

(1) Contravenes a right granted NIH under U.S. copyright law (e.g., fair use, right to archive, copying for interlibrary loan),
(2) Violated the Federal Acquisition Regulation or other Federal law (e.g., Antideficiency Act, Principles of Federal Appropriations Law),
(3) Departs from reasonable consumer expectations and was not disclosed by the Licensor prior to agreement, or
(4) Violates fundamental public policy.


NIH shall assume that you are in agreement with the statements herein if you submit an offer and accept NIH's order/contract.


(xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.


(xv) 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.


 


In addition 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 responses must be received by 10 AM EST on June 26, 2019 and reference number NIH-NIDA-CSS-19-006233. Responses may be submitted electronically to Andrea King at andrea.king@nih.gov.


Fax responses will not be accepted.


(xvi) The name and telephone number of the individual to contact for information regarding the solicitation.
Andrea King
Andrea.king@nih.gov
301-827-5245


 


Andrea TE King, Contract Specialist, Phone 3018275245, Email andrea.king@nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP