This is a Notice of Intent, not a request for proposal. The National Institutes of Allergy and Infectious Diseases (NIAID) of the National Institutes of Health (NIH) intends to negotiate on an other than full and open competition basis with Azure Biosystems for the following brand name equipment:
#
Description
Catalog
Qty
1
Azure 300 Includes 9MP CCD camera cooled -50C below ambient, motorized fixed lens, internal touchscreen computer with 13.3" monitor running Azure capture software,
AZI300
1 each
2
Gel Cutting Screen UV transmitting plastic that protects the transilluminator glass during band excision
AC1024
1 each
3
Installation and training of Azure imaging system Includes setting up and user training of Azure Imaging System
AZI1101
1 each
4
Additional 1 year Premium Service contract 300 1 year additional Premium Service Contract
AZI1144
1 each
5
C Series Shipping
******
1 each
6
Radiance ECL Radiance ECL, 500mL
AC2204
1 each
7
Radiance Q Substrate Quantitative HRP Substrate for CCD 150 ml kit; contains substrate for 1500 cm2 membrane
AC2101
1 each
8
Radiance Plus femtogram HRP Substrate 150ml kit- contains substrate for 1500cm2 membrane
AC2103
1 each
9
Incubation Tray- 9x6 cm (clear) for staining and washing gels and membranes - includes 4 trays
AC2151
1 each
10
Incubation Tray- 7x5 cm (clear) for staining and washing gels and membranes - includes 5 trays.
AC2150
1 each
11
Incubation Tray- 11x9 cm (clear) for staining and washing gels and membranes - includes 3 trays
AC2152
1 each
12
Blot Development Folder transparenet plastic sheets to hold blots for imaging (alternative to plastic wraps)-100
AC2126
1 each
The Comparative Medicine Branch (CMB) requires the Azure system due to its unique capabilities. The Aure300 unit has capability for fast chemiluminescent detection of protein samples, can process a large number of samples from CRISPR/cas gene targeted cells simultaneously and is the only unit which is fully upgradable to add near infrared (NIR) florescent capabilities for screening the multi-florescent cells. Place of delivery is Bethesda, MD 20892.
The statutory authority for this sole source requirement is 41 U.S.C. 253 (c) (1) as implemented by FAR 13.106-1 only one responsible source and no other supply of service will satisfy agency requirements. THIS IS NOT A REQUEST FOR PROPOSAL. All responsible sources that could provide comparable services may submit a capability statement that will be considered by email (subject line to reference NOI-RML-D-2011758) to Calvin Robinson at [email protected], by 5:00 pm eastern standard time Saturday, 03-02-20 . All responses received by the closing date of this synopsis will be considered by the Government. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government.