•The system shall use measurement technology with the latest in automated sample handling, expertise in the following applications:
-Critical biochemistry pathway process monitoring such as glycolysis or fermentation control
-Cancer cells Lipid metabolism as biofuel production and preclinical research
-Quick preclinical chemistry from blood, urine, ascites, or pleural and other body fluid
-The instruments shall be with multi-well pate platform, to be able to easily switch between single, 6, 12, 24 and 96-well formats. The system shall be equipped with touch screen software interface.
-The analyzer shall measure the chemistries of metabolites from tumor cells, blood, etc.
•The technical specifications to measure the chemistries shall meet the following preclinical research needs:
-Glucose, Lactate, Glutamate, Glutamine, Lactose, Xylose, Galactose, Sucrose, Glycerol, Ammonium Hydrogen peroxide, Potassium, Choline, Ethanol, Methanol.
•The system include a measurement chamber with temperature control plates which enable the system to maintain ambient temperature, minimizing the inconsistency of results caused by temperature difference and evaporation.
•The system shall be capable of being field-upgradeable for all Measurement Technologies post sale.
•To ensure the function of this equipment, Warranty information shall be supplied. Shipping shall be quoted.
II. Delivery: Contractor shall deliver the item(s) within 30 days 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 delivery, contractor must notify the NCI Contracting Officer's Representative (COR) to schedule the delivery.
III. Payment: Payment shall be made after delivery and acceptance of the COR. Payment authorization requires submission and approval of invoice to the NCI COR and NIH Commercial Accounts.
QUOTATIONS ARE DUE: June 15, 2015 on or before 11:00 AM EST.
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.
FAR clause 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (APRIL 2014);
52.212-2 EVALUATION COMMERCIAL ITEMS (OCTOBER 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- (MARCH 2015) WITH DUNS NUMBER ADDENDUM {52.204-6 (July 2013)};
FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (DECEMBER 2014);
FAR Clause 52.212-5: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (March 2015). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition;
FAR Clause 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
FAR Clause 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR Clause 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns
FAR Clause 52.222-3 Convict Labor
FAR Clause 52.222-19 Child Labor - Cooperation with Authorities and Remedies
FAR Clause 52.222-21 Prohibition of Segregated Facilities
FAR Clause 52.222-26 Equal Opportunity
FAR Clause 52.222-36 Affirmative Action for Workers with Disabilities
FAR Clause 52.223-18 Policy to Ban Text Messaging while Driving
FAR Clause 52.225-1, Buy American Act--Supplies
FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases
Far Clause 52.232-33 Payment by Electronic Funds Transfer-System for Awards Management (SAM)
Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/ or from Kathy Elliott, Contract Specialist at [email protected].
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 System for Award Management (SAM) through sam.gov.
Quotations must be received in the NCI-OA contracting office by 11:00 AM EST on 6/15/15. Please refer to solicitation number N02RC52563-61-1 on all correspondence. No collect calls will be accepted. Faxed or electronic mail quotations will be accepted.
All questions shall be in writing and may be addressed to the aforementioned individual noted above. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management through sam.gov.