Federal Bid

Last Updated on 20 Mar 2015 at 8 AM
Combined Synopsis/Solicitation
Pike New hampshire

Custom TaqMan Gene Expression Assays

Solicitation ID NOI-RML-D-15010
Posted Date 23 Feb 2015 at 7 PM
Archive Date 20 Mar 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute Of Allergy & Infectious Diseases/Amob
Agency Department Of Health And Human Services
Location Pike New hampshire United states
 This is a Notice of Intent (NOI). The Government intends to negotiate on a sole source basis with Life Technologies for the procurement of custom TaqMan gene expression assays and associated reagents. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and solicitation for commercial Items," as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are not being requested and a written solicitation will not be issued. This acquisition is a Notice of Intent (NOI). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-78 December 26, 2014. The North American Industry Classification System (NAICS) code for this procurement is 325414, Biological Product (except Diagnostic) Manufacturing, with a small business size standard of 500 employees. Cage code 0JLD2. A small business set aside is not applicable. The National Institute of Allergy and Infectious Diseases (NIAID) intends to procure on a sole source basis from Life Technologies custom TaqMan gene expression assays and associated reagents for the Tuberculosis Research Section. TaqMan assays are compatible with the platform that these samples will be run on, the Fluidigm Biomark HD. Life Technologies retails both oligos and probes and can produce custom probes and primers in ready to use assays. As this is research, product continuity is essential to reduce variables. These custom assays and TaqMan products have been previously tested and selected for this project. They are required to meet pre-determined platforms and protocols. Place of Performance: NIH, 9000 Rockville Pike, BLDG 33, Bethesda, MD 20892, United States. FOB: Destination The government intends to award a firm fixed price purchase order as a result of this notice of intent that will include the terms and conditions set forth herein. The award will be based on the following; price, capability to meet the requirements, delivery and the best value to the government.  The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (April 2014) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Dec 2014) Offerors must complete annual representations and certifications on-line at http://www.sam.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Dec 2014) is updated in your SAM record) FAR 52.222-25 Affirmative Action Compliance (April 1984) The following contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (Dec 2014) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Dec 2014) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (January 2010) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database 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 (www.sam.gov).  Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. To facilitate the award process all quotes must include a statement regarding the terms and conditions herein as follows:  "The Terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" (Quoter shall list exception(s) and rationale for the exception(s).)  Submission shall be received not later than 03/05/15. Offers may be mailed, e-mailed or faxed to Bevin Feutrier; (Fax - 406-363-9288), (E-Mail/ [email protected]). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit an offer that will be considered by this Agency. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Bevin Feutrier @ [email protected].
Bid Protests Not Available

Similar Past Bids

Location Unknown 24 Apr 2018 at 6 PM
Brandywine West virginia 18 Aug 2008 at 4 PM
Porter Maine 03 Sep 2016 at 2 PM
Lackland air force base Texas 08 Jun 2016 at 8 PM
Location Unknown 11 Jun 2009 at 11 AM

Similar Opportunities

Bruning Nebraska 15 Jul 2025 at 8 PM
Bethesda Maryland 15 Jul 2025 at 8 PM
San francisco California 16 Jul 2026 at 7 AM
San francisco California 16 Jul 2026 at 7 AM
San francisco California 16 Jul 2026 at 7 AM