This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This procurement is being issued as a request for quotation. The solicitation number for this acquisition is NIAID-RFQ15D1740978. This solicitation document and its incorporated provisions are those in effect through the Federal Acquisition Circular (FAC 2005-83) dated July 2, 2015. This acquisition will be processed under Simplified Acquisition Procedures and is not a Small Business Set-Aside. The National Institute of Allergy and Infectious Disease (NIAID) has a requirement in accordance with FAR 52.211-6, Brand name or Equal for a 1) Bioreader 6000 Pro -F beta Multicytokine FluoroSpot, Fluoro Plaque and Elispot Reader;QTY 1EA, (CAT# 2386) . The essential requirements for the analyzer are:
Automatic filter changer with 4 possible filter cubes to allow simultaneous acquisition of up to 3 fluorophores/well
Three (3) filter cubes installed for FITC, CY3 and CY5
High energy LED illumination system that has a lifetime greater than 50 T hours
Dual telecentric illumination to prevent sidewall reflections and phantom spots
Narrow filter system for separation between CY3 and CY5
Enzymatic Elispot color counting in all types of 96 well plates
High resolution camera
Associated PC computer and monitor
Triple analysis software installed
Installation and training
Must fit within a 24" x 24" footprint.
We also require LED illumination and dual telecentric illumination. The lab requires a bio reader that can visualize and quantify biomolecule production in low-level cytokine presenting cells from FluoroSpot and EliSpot assays. This is not a request for proposal. All responsible sources who have the ability to supply this equipment or equal may submit a response that will be considered. Offerors quoting other than the specified equipment must provide specification on equipment. The following factors shall be used to evaluate offers: Award will be based on: 1) Capabilities to meet the required specifications, 2) Delivery, 3) Price. The North American Industry Classification System (NAICS) Code for this acquisition is 541990 which have a small-business size standard of 500 employees. This is a firm fixed-price contract and the FOB terms are "Destination" and Net 30. FAR provisions and clauses that apply to this acquisition: FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR52.212-2 Evaluation-Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR52.212-4 Contract Terms and Conditions Commercial Items: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items; FAR 52.225-1, Buy American Act-Supplies; FAR 52.204-7, Central Contractor Registration; FAR 52.232-34, Payment by Electronic Funds Transfer- Central Contractor Registration. In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM www.sam.gov/ prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation [Note: Lack of registration in the System for Award Management (SAM) https: //www.sam.gov. will make an offeror ineligible for award.] All responsible sources may submit an offer that will be considered by the Agency. Offers must be submitted no later than 5:00 P.M. Eastern Time on Friday August 7, 2015. For delivery of responses through the Postal Service, the address is NIH/NIAID/AMOB, 5601 Fishers Lane, Room 3A57, MSC 9822 Rockville, Maryland 20892. E-mail and Fax submissions are not authorized. Requests for information concerning this requirement must be submitted in writing, e-mailed to [email protected]. It is the vendor's responsibility to confirm receipt of all quotations and/or questions by the closing date of this announcement by contacting Clinton Scott at 240-669-5098. Collect calls will not be accepted.