Federal Bid

Last Updated on 01 Sep 2021 at 3 PM
Combined Synopsis/Solicitation
Baltimore Maryland

Simoa 4-Plex 96-Well Plate Assays

Solicitation ID 75N95021Q00309
Posted Date 01 Sep 2021 at 3 PM
Archive Date 23 Sep 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institutes Of Health Nida
Agency Department Of Health And Human Services
Location Baltimore Maryland United states 21224

(i) 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.

(ii) The solicitation number is 75N95021Q00309 and the solicitation is issued as a request for quotation (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.

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2021-06 with effective date July 12, 2021.

Product Code  /  Product Name   /   Quantity   /  Product Description

1) Product Code: 103670  -  Product Name: Neurology 4-Plex E (Ab40, Ab42, GFAP, NF-l) Assay Kit (HD- X)  -  Quantity: 61  -  Product Description: For HD-X only. Complete kit for running one 96-well plate of a Simoa 4-plex assay for human Abeta40, Abeta 42, GFAP, NF-light.

2)  Product Code: 103347  -  Product Name:  Disc Kit for Simoa HD-1/X (rev 2)  -  Quantity: 16  -  Product Description: This kit includes a stack of 16 Simoa Discs, 500 Simoa cuvettes, 4 Simoa assay plates, an 8-pack of  15 ml bottles, and 8 boxes of disposable Simoa pipettor tips (768). This kit includes enough materials to run 4 plates under customary operating circumstances.

3) Product Code: 100486  -  Product Name:  System Buffer 1, (2 Pack)  -  Quantity: 06  -  Product Description: 2x (5L) Wash Buffer 1 specifically formulated to optimize performance of assays on the Simoa HD-1 Analyzer.

4) Product Code: 100487  -  Product Name: System Buffer 2, (2 Pack)  -  Quantity: 02  -  Product Description: 2x (3 L) Wash Buffer 2 specifically formulated to optimize performance of assays on the Simoa HD-1 Analyze.

Salient characteristics:

  1. Complete kit for running one 96-well plate of a Simoa 4-plex assay for human AB40, AB42, GFAP and NF-light, using technology that combines high selectivity and efficiency of transfer for selected ions symmetrically across the isolation window.
  2. Complete kit for 96-well plate of a Simoa assay for Abeta40, Abeta 42, GFAP, NF-light.
  3. Complete assay kit for running one 96 well plate (or 96 tubes) of target analyte. Includes calibrator concentrate, calibrator diluent, beads detector, SBG, RGP, and sample diluent. Novel ETD HD-high dynamic range ETD provides significantly increased fragment ion coverage.

All deliverables required under this contract shall be packaged, marked, and shipped in accordance with Government specifications. At a minimum, all deliverables shall be marked with the contract number and Contractor name. The Contractor shall guarantee that all required materials shall be delivered in immediate usable and acceptable condition.

(vi) Delivery shall be made to:

National Institute on Aging
251 Bayview Boulevard
Building BRC, Room 04C106
Baltimore, MD, 21224

(vii) The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date is within ninety (90) days after receipt of order (ARO). Delivery destination will be f.o.b. destination.

(viii) The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html

(End of provision)

The following provisions apply to this acquisition and are incorporated by reference:

  • FAR 52.204-7, System for Award Management (Oct 2018)
  • FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)
  • FAR 52.211-6, Brand Name or Equal (Aug 1999)
  • FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2020)
  • FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021)
  • HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015)

The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses:

https://www.acquisition.gov/browse/index/far

https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html

(End of clause)

The following clauses apply to this acquisition and are incorporated by reference:

  • FAR 52.204-13, System for Award Management Maintenance (Oct 2018)
  • FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)
  • FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020).
  • FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Oct 2018). Addendum to this FAR clause applies to this acquisition and is attached.
  • HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)
  • HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 2015)

The following provisions and clauses apply to this acquisition and are attached in full text. Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal.

  • FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)
  • FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)
  • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jul 2021)
  • NIH Invoice and Payment Provisions (Feb 2021)

(ix) The provision at FAR clause 52.212-2, Evaluation – Commercial Items, applies to this acquisition.

(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 following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance.
Technical and past performance, when combined, are significantly more important than cost or price.

(b) 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.

(x) 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.

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

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

(xiv) 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.

Respondents proposing on an equal product of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order.

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 quotations must be received by 2:00 pm, Eastern Time, on Wednesday, September 08, 2021, and reference Solicitation Number 75N95021Q00309. Responses must be submitted electronically to Diedra S. Prophet, Contract Specialist, at [email protected].

Fax responses will not be accepted.

(xv) The name and telephone number of the individual to contact for information regarding the solicitation:

Diedra S. Prophet
[email protected]

Bid Protests Not Available

Similar Past Bids

Baltimore Maryland 27 Jul 2021 at 7 PM
Baltimore Maryland 05 Sep 2020 at 12 AM
Baltimore Maryland 16 Oct 2020 at 8 PM
Baltimore Maryland 09 Jul 2020 at 1 AM
Baltimore Maryland 13 Apr 2021 at 11 AM

Similar Opportunities

Location Unknown 13 Jul 2025 at 9 AM (estimated)
Hill air force base Utah 30 Jun 2026 at 3 PM
San diego California 21 Jul 2025 at 6 PM