Contractor Requirements
• The requirement is for EnSight Instrument & Label-free Module
• This equipment will perform traditional assays measuring absorbance, luminescence and fluorescence
• Label-free Module will allow measurements of Alpha Technology, luminescence
-an assay that is 60% cheaper and superior to the current p24 assay.
• A modular instrument, where different modules such as label-free module or the optional Imaging module can be added to increase the number of assays it can be performed.
Materials provided by Sponsor
• Ensight Instrument
• Country Kit
• EnSight Base
• Temperature control
• Monochromator
• Central lightswitch
• Fl bottom module
• Imaging base wo LED
• HTS Alpha module
• Extended LED
The Government will award a fixed price purchase order resulting from this solicitation to the responsible quoter whose quotation conforming to the solicitation; will be most advantageous to the Government. The following factors shall be used to evaluate quotes: 1. Lowest Price Technically Acceptable 2. Past Performance. Past performance shall demonstrate same or similar size/scope ability to meet the requirements in the SOW in accordance with 52.212-2 -- Evaluation -- Commercial Items. The following FAR Clauses/Provisions apply: 52.204-7, System for Award Management. 52.212-1, Instructions to Offerors-Commercial Items. 52.212-3, Offeror Representations and Certifications-Commercial Items. 52.212-4 Contract Terms and Conditions-Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (incorporating 52.219-6, Notice of Total Small Business Set-Aside. 52.222-3, Convict Labor. 52.222-19, Child Labor-Cooperation with Authorities and Remedies. 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity. 52.222-36, Affirmative Action for Handicapped Workers. 52.223-15, Energy Efficiency in Energy-Consuming Products. 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act. 52.225-13, Restriction on Certain Foreign Purchases ). 52.252-2, Clauses Incorporated by Reference. FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Quoters responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certifications-Commercial Items with their quote. 52.233-2 -- Service of Protest; (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer by obtaining written and dated acknowledgment of receipt from 10401 Fernwood Rd ste 2NE70, Bethesda MD 20817. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO
18. N/A!!
19. In order to be considered for an award, an offeror must have completed the electronic Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov in accordance with FAR 4.1201(a). The quoter should also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the System for Award Management to submit quotes and be eligible for award (NO EXCEPTIONS). For information on registering with SAM, visit www.sam.gov. Any questions concerning this solicitation shall be submitted to the contracting office via email to Jennifer Burke, no later than 1600 EST August 29, 2014. Contracting Officer shall gather all questions from prospective vendors. Contracting Officer will reply via email with answers by solicitation closing date. Solicitation shall be extended if additional time is needed for submission of quotes by interested parties. Although not required, interested parties may submit a sample of their product for evaluation by the government. A FedEx account number is required for vendors requesting return of sample product. The government will not be held responsible for the return of any sample not submitted with a FedEx account. If a change occurs in this requirement, only those quoters that respond to this announcement within the required time frame will be provided any changes/amendments and considered for award. A quotation for this request shall be submitted via regular mail, email or hand carried to NIH/NIAID/AMOB Attn: Jennifer Burke, 10401 Fernwood Rd ste 2NE46, Bethesda MD 20817, emailed to [email protected], faxed to 301-480-8720. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 29 August 2014, at 4:00 p.m. Eastern Standard Time. Collect calls will not be accepted.