2. Catalog# 4484073 - PROFLEXTM 3X32-WELL PCR SYSTEM:
PCR System: Applied Biosystems: ProFlex: 3 x 32-well: High Throughput-Compatible: 3x 32-well x 0.2mL tubes - Quantity (1) EA
3. Catalog# 4483637 - PROFLEXTM 96-WELL SAMPLE BLOCK MODULE:
Sample Block; Applied Biosystems: ProFlex; 96-well; High Throughput-Compatible; 1 x 96-well plate, 96 x 0.2mL tubes - Quantity (1) EA
4. Inside Delivery
The lab has a need for the specific products above as they fit the needed specifications, see attached for full specifications. The footprint size of this particular cryostat is perfect since there is space limitation in the lab. The Cryostat must have motorized chamber height adjustment form 32 in - 44 in (82 -112cm) to support both standing and seated operation to accommodate user preferences. The Cryostat has a fine section thickness range of 0.5 - 100µm and allows the 96-well blocker adapter. The ProFlexTM 3x 32 Well PCR system and 96 Well Sample Block Module are proprietary technology of Life Technologies, part of Thermo Fisher Scientific (LIFE). LIFE offer only certain third parties limited rights to resell some thermal cycler products to the educational and diagnostic markets.
The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of the 41 U.S.C. 253(c) (1), FAR 6.302. Only one responsible source and no other supplies or services will satisfy agency requirements.
The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-1 Instructions to Offerors - Commercial Items; FAR Clause 52.212-2, Evaluation - Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions applies to this acquisition. The offeror must include their Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The clauses are available in full text at http://www.acquisition.gov/far/. Interested vendors capable of furnishing the government with the all the products specified in this synopsis should submit a copy of their quotation to the below address or via email to [email protected]. Offers must also be accompanied by descriptive literature, delivery timeframe, warranties and/or other information that demonstrates that the offer meets all the foregoing requirements. Quotations will be due within fifteen calendar days from the publication date of this synopsis or by May 3, 2017 by 10 am, EST. via email or postal mail. The quotation must reference "Solicitation number" NICHD-17-084. Quotations sent by postal mail or other mailing services must be submitted to the following address: Eunice Kennedy Shriver National Institute of Child Health and Human Development, 6710 Rockledge Drive, MSC 7000/1159B, Bethesda, MD 20892. Note: FedEx/UPS use 20817 zip code. Attention: Tina Robinson, by the date and time mentioned above. Any questions must be sent via email to [email protected] and must include solicitation# NICHD-17-084 in the subject line of email. Faxed copies/responses will not be accepted.
Note: In order to receive an award, contractor must be registered and have a valid all awards certification in the SAM database @www.sam.gov.