Federal Bid

Last Updated on 23 Mar 2019 at 8 AM
Combined Synopsis/Solicitation
Gaithersburg Maryland

Promega Glomax Explorer Multimode plate reader with dual injectors for dual luciferase assays

Solicitation ID 75N91019Q00033
Posted Date 22 Feb 2019 at 3 PM
Archive Date 23 Mar 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Cancer Institute, Office Of Acquisitions - Shady Grove
Agency Department Of Health And Human Services
Location Gaithersburg Maryland United states
The Laboratory of Transitional Genomics (LTG), Division of Cancer Epidemiology and Genetics (DCEG), NCI, NIH, seeks to procure a Promega Glomax Explorer Multimode plate reader with dual injectors for dual luciferase assays. This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation ,75N91019Q00033, includes all applicable provisions and clauses in effect through FAR FAC 2005-98 (May 2018) simplified procedures for commercial items. The North American Industry Classification System code is 334516 and the business size standard is 1000 employees. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. OFFERORS: Offers must be submitted 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 SAM registration through www.sam.gov. Quotations must be received in the NCI-OA contracting office by 3:00 PM EST on March 8, 2019. Please refer to solicitation number 75N91019Q00033 on all correspondence. Faxed quotations will NOT be accepted. Quotations may be submitted via email to Miguel Diaz, Contracting Officer, at [email protected]. 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. BACKGROUND The Laboratory of Translational Genomics (LTG) conducts studies on germline and somatic genetics of cancer, and analyses on particular regions of the genome conclusively identified in cancer-specific genome-wide association studies (GWAS) and linkage studies in high-risk families. The Laboratory of Translational Genomics (LTG) conducts studies on germline and somatic genetics of cancer, and analyses on particular regions of the genome conclusively identified in cancer-specific genome-wide association studies (GWAS) and linkage studies in high-risk families. LTG's mission is to understand the contribution of germline and somatic genetic variation to cancer etiology and outcomes. Its primary goals are to investigate regions of genetic variation by detecting cancer susceptibility alleles, fine mapping susceptibility alleles using sequence analysis and imputation from public databases, prioritizing variants for follow-up studies through bioinformatic analysis of candidate variants, and deciphering the biological mechanisms underlying susceptibility alleles through laboratory investigation. PRODUCT FEATURES/SALIENT CHARACTERISTICS This requirement is for a multimode plate reader, with dual injectors: Promega GloMax Explorer (GM3500), GloMax Dual Injectors with Pumps (GM3030), and GloMax Discover Inner and Outer Injector Tubing (GM3014). It will be used primarily, but not exclusively, for dual luciferase assays. The following product features/characteristics are required for this requirement: • Sample formats: 6,12,24,48,96 and 384-well plates • Must be 120VA, 50/60 Hz • Include 1-year warranty, parts and labor • Luminescence module - Top-reading - 350-700nm - Detection limit of at least 3x10-21 moles of luciferase - Linear dynamic range of 9 logs - Cross-talk of less thank 3x10-5 • Fluorescence Module - PIN-photodiode detector - LED light source - Top-reading - 5 excitation/emission filters and empty position for future expansion/custom cubes: UV (Ex: 365nm, Em: 415-445nm) Blue (Ex: 475nm, Em: 500-550nm) Green (Ex: 520nm, Em: 580-640nm) Red (Ex: 627nm, Em: 660-720nm) AFC (Ex: 405nm, Em: 495-505nm) - Linear dynamic range of at least 6 logs • Visible absorbance module - Top-reading - Xenon flash lamp or LED - Range: 200-600nm - Filter weel with 5 filters: 405, 450, 490, 560 and 600nm 10nm band pass - Detection limit of 0.1 OD - Dynamic range 0-4.0 OD • Dual Injectors - Despense 5-200 uL in 1 uL increments - Compatible with 6, 12, 24, 48, and 96-well plates - Injection speed of 20-500 uL per second - Waste collection tray volume of at least 50 mL • Heating system: ambient to 45C • Shaker system - Linear or orbital patterns - Intensity of 100-500 cycles/minute • PC or tablet to operate the plate reader is included - At least 2 GB RAM - At least 64 GB disk space - Compatible with NCI network All shipping costs must be included in the quote. NCI will not be responsible for shipping costs after an award is made, if costs were not included in the quote. DELIVERY / INSTALLATION Contractor shall deliver the item(s) within 30 days after award to: NIH/NCI Gaithersburg, MD 20877. The Contractor that receives the award will be provided with the complete mailing address and point of contact. Upon award, the Contractor must notify the NCI Technical Point of Contact to schedule the delivery. PAYMENT Payment shall be made after delivery and acceptance of the Technical Point of Contact. Payment authorization requires submission and approval of invoice to the NCI COR and NIH Commercial Accounts. BASIS OF AWARD 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. 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. Offerors providing an "equal" product must submit additional documentation that highlights and describes how the offer is equal in accordance with FAR Clause 52.211-6. 52.212-1 Instructions to Offerors Commercial Items (January 2017); 52.212-2 Evaluation Commercial Items (OCT 2014): FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- (March 2015) WITH DUNS NUMBER ADDENDUM {52.204-6 (January 2017)}; FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (January 2017); 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 (Oct 2016) FAR Clause 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) FAR Clause 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) FAR Clause 52.219-6 Notice of Total Small Business Set Aside (Nov 2011) FAR Clause 52.219-13, Notice of Set-Aside of Orders (Nov 2011) FAR Clause 52.219-28 Post Award Small Business Program Representation (Jul 2013) FAR Clause 52.222-3 Convict Labor (June 2003) FAR Clause 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Oct 2016) FAR Clause 52.222-21 Prohibition of Segregated Facilities (Apr 2015) FAR Clause 52.222-26 Equal Opportunity (Sept 2016) FAR Clause 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) FAR Clause 52.222-50 Combating Trafficking in Persons (Mar 2015) FAR Clause 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) FAR Clause 52.225-1, Buy American - Supplies (May 2014) Alternate I (May 2014) FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) FAR Clause 52.232-33 Payment by Electronic Funds Transfer-System for Awards Management (SAM) (Jul 2013) 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 Miguel Diaz, Contracting Officer, at [email protected].
Bid Protests Not Available

Similar Past Bids

Location Unknown 07 Aug 2018 at 4 PM
Location Unknown 13 Sep 2015 at 7 PM
Jones Michigan 27 Apr 2016 at 2 PM
Morrisville North carolina 13 Aug 2021 at 12 PM
Madison Wisconsin 25 Aug 2021 at 4 PM