Federal Bid

Last Updated on 09 May 2017 at 8 AM
Combined Synopsis/Solicitation
Center Kentucky

Promega Reagents

Solicitation ID HHS-NIH-NIDA-SSSA-CSS-2017-285
Posted Date 13 Apr 2017 at 7 PM
Archive Date 09 May 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute On Drug Abuse
Agency Department Of Health And Human Services
Location Center Kentucky United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

The solicitation number is HHS-NIH-NIDA-SSSA-CSS-2017-285 and the solicitation is issued as Request for Quote (RFQ).

This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold.

THIS IS A NON-COMPETITIVE (BRAND NAME ONLY) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION.

The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Center for Advancing Translational Sciences (NCATS) intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) for Promega Reagents listed under "Contractor Requirements".

This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items and 13.501 Special documentation requirements and the authority of 41 U.S.C. 1901 and the statutory authority of 6.302-1, Only one responsible source and no other supplies or services will satisfy ageny requirements.

Pursuant to FAR Subpart 13.501 (a) (1) (iii) the justification (excluding brand name) will be made available within 14 days after contract award or in the case of unusual and compelling urgency within 30 days after contract award.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94,2005-95/01-19-2017.

The associated NAICS code 325414 and the small business size standard 1250 employees.

Contractor Requirements:
Vendor is responsible for providing the following:

1. Caspase-Glo® 3/7 Assay, 100 mL bottles ( 4 each)
Catalog # G8092
Government's Essential features:
• Homogenous luminescent assay to measure caspase 3/7 activities
• Provide a proluminescent caspase-3/7 DEVD-aminoluciferin substrate
• The thermostable luciferase in reagent must be optimized for caspase-
3/7 activity, luciferase activity, and cell lysis
• Must be able to use with with multiwell plate formats and either purified
enzyme or cells in culture
• Extended-glow signal should last minimum 3 hours to allow us time to read
all plates
• Maximum sensitivity must be achieved by no longer than 1 hour

2. Nano-Glo(R) Luciferase Assay, kit consisting of 10 size 100ml bottles (1 each)
Catalog # N1150
Government's Essential features:
• Low background formiulation for increased sensitivity
• Half-life of 120 hours

3. MTase-Glo(TM) Methyltransferase Assay, Custom Kits (5 each)
Catalog # V7603X - 1 kit (10 x 2,000 assays)
• A120C - 10 ea
• A233B - 10 ea
• V760X - 10 ea
• V761X - 10 ea
Government's essential features
• Should monitor formation of reaction product S-adenosul homocysteine
• Detects changes in broad range of methylases
• Must be optimized for high throughput screening applications
• No fluorescence interference


4. CellTiter-Glo 3D cell viability assay, 100ml bottles (4 each)
Catalog # G9683
Government's essential features
• Data can be recorded in 30 minutes or less with half-life
of >3 hours
• Robust lytic capacity
• For use with microtissues in 3D cell culture

5. Real-time Glo Annexin V Apoptosis Assay (10 each)
Catalog # CS1838A01
• Annexin V-LgBiT Reagent
• Annexin V-SmBiT Reagent
• Annexin V NanoBiT Substrate
• CaCl2 Solution
• Necrosis Detection Reagent
Government's essential features
• Bright signal, reduced background improves sensitivity
• Usable from benchtop to 1536 well plates

6. CellTiter-Glo One Solution Assay, 500 ml bottles (2 each)
Catalog # G8462
Government's essential need:
• Stable luminescence beginning at 10 mins to >3 hours
• Can measure cells below traditional detection limits
• Frozen, ready to use format
• Indicate presence of metabolically active cells

Anticipated Period of Performance/Delivery Date: Within 30 days ARO

Delivery to:
National Institutes of Health
9800 Medical Center Drive
Rockville, MD 20850

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.

The offeror shall be evaluated on the ability to meet the requirements contained in the solicitation. Specifically, by providing literature or other documentation demonstrating the ability to meet each element listed in the solicitation. One offeror will be selected that is most advantageous to the Government based on their technical ability and costs.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer.

The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.

FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition.

52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015)
52.222-3 Convict Labor (June 2003).
52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 2016)
52.222-21 Prohibition of Segregated Facilities (Apr 2015).
52.222-26 Equal Opportunity (Sept 2016).
52.222-36 Equal Oppurtunity for Workers with Disabilities (JUL 2014)
52.222-50 Combating Trafficking in Persons (March 2015)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
52.225-13 Restrictions on Certain Foreign Purchases (June 2008)
52.232-33 Payment by Electronic Funds Transfer- System for Award Management (JUL 2013).

The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices:

There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.

The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.

Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations.

Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount.

In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov."

All responses must be received by response due date and time, and reference number HHS-NIH-NIDA-SSSA-CSS-2017-285. Responses may be submitted electronically to [email protected].

Fax responses will not be accepted.

Request for additional information may be sent to Stacey Polk, [email protected].

Bid Protests Not Available

Similar Past Bids

Location Unknown 07 Aug 2018 at 4 PM
Fort gordon Georgia 11 Aug 2016 at 1 PM
Fort gordon Georgia 29 Jul 2016 at 2 PM
Center Kentucky 30 Aug 2019 at 1 PM
Rockville Maryland 02 Mar 2018 at 4 PM