Federal Bid

Last Updated on 08 May 2019 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Ultra-High-Speed HTS Microplate Imager

Solicitation ID 75N95019Q00062
Posted Date 17 Apr 2019 at 9 PM
Archive Date 08 May 2019 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 United states
(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 75N95019Q00062 and the solicitation is issued as a Request for Quotation (RFQ) on a Full and Open competitive basis.

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-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold of $250,000.00. A Fixed-Price type of contract is contemplated for any resulting contract entered into as a result of this solicitation.

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) Federal Acquisition Circular (FAC) Number/Effective Date: 2019-01 / 01-22-2019.

(iv) The North American Industry Classification System (NAICS) code for this procurement is 334516 Analytical Laboratory Instrument Manufacturing with size standard 1,000 employees.
(v) Background
The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability. The National Center for Advancing Translational Sciences (NCATS) is a translational science center whose mission is to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions.

NCATS performs numerous liquid dispensing high-throughput assays annually within the various laboratories at the center. NCATS tests all compounds at multiple concentrations in the primary screen that enables compound bioactivity assessment and probe production efficiency, thus allowing staff to make more informed decisions on which scaffolds to pursue for probe development. NCATS collaborates with outside investigators to produce high-quality chemical probes to define new biology, reflected in reaching potential new investigators producing new scientific endeavors. NCATS iUlts focused on new technologies and paradigms to improve the process of probe development, typified by qHTS, informatics platforms, utilization of structural biology to accelerate probe development, and the development of new synthetic and analytical chemistry paradigms. Discoveries about the molecular basis of disease provide unprecedented opportunities to translate research findings into new medicines. A key element of high throughput screening is the dispensing of reagents into plates and also the quantification of biological samples through microplate-based detection measurement using an ultra-high-speed high-throughput screening (HTS) microplate imager system.

Purpose and Objective: The purpose of this requirement is to obtain to obtain one (1) Ultra High-Speed HTS Microplate Imager on a BRAND-NAME-OR-EQUAL basis to the ViewLux ultra-HTS microplate imager manufactured by PerkinElmer Health Sciences, Inc. located at 710 Bridgeport Avenue, Shelton, CT 06484-4794.

Product Description: Products offered must include those salient physical, functional, or other characteristics that are deemed essential in meeting the government's needs. Specifically, the following must be contained in the requirement and are considered essential features:

1. Detection techniques: fluorescence intensity, time-resolved fluorescence, fluorescence polarization, absorbance (UV and visible), luminescence (including radioactivity)

2. High sensitive, back illuminated CCD camera

3. Temperature control

4. Barcode reader

5. ViewLux Workstation Software

6. ViewLux user computer and 17" flat screen

7. Supports all standard detection technologies: fluorescence, TRF, absorbance and luminescence

8. Must be compatible with existing ViewLux and Kalypsys robotic systems and software.

Products offered must be essentially equal to the specified supply described in this announcement, which specifically includes the following items and accessories with manufacturer Part Number for quantity one (1).

-1430-0010A ViewLux ultraHTS microplate imager
-10868782 ViewLux instr.assembly_1430
-61008209 Installation kit, 115V_US, 1430 w.850S
-1430-5250 ViewLux UV dichroic mirror (400 nm)
-1430-5260 ViewLux FITC dichroic mirror (508 nm)
-1430-5270 ViewLux BODIPY-TMR dichroic mirror (550
-1430-5280 ViewLux Alexa 594 dichroic mirror
-61008373 Right stacker, robot and robot loading shelf - including 32 plate cassettes
-2009-0030 TestPlate w. photometry&lumi Test Plate (Fl, TRF, ABS and Lumi)

Offerors must indicate if the item or items being offered in their quote is a brand-name item or if the item or items being offered is an "or-equal" item, to be clearly demarcated in their quote. Shipping and handling cost must be included in any quotation submitted in response to this solicitation.

Offerors must indicate if items being quoted are warrantied in accordance with their standard commercial warranty practices, and the length of time of such warranty. Offerors shall indicate if any applicable extended warranty coverage is only offered at time of purchase in accordance with the Offeror's standard commercial practice, or if warranty may be tendered on an optional year basis, priced on a per annum basis, for a total contract warranty period term not to exceed a maximum of five (5) years. If any standard commercial warranty is less than five years, offeror shall also include pricing for extended warranty coverage, for a total period not exceeding five (5) years.

Delivery, Inspection and Acceptance: Offerors should indicate an estimated delivery time in full after receipt of an order and any other training or factory warranty schedules in accordance with standard commercial practice, or as applicable. Shipping shall include FOB-DESTINATION terms. Inspection and acceptance will be performed at a Government facility located at 9800 Medical Center Drive, Rockville, MD 20850. The Government expected build time and delivery is to be determined after contractor receipt of any contract resulting from this solicitation.

(vi) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The following is provided as an addendum to FAR clause 52.212-1, Instructions to Offerors: Installation and any onsite training should be quoted on separate line items. Shipping and handling cost must be included in any quotation submitted in response to this solicitation. Offerors should indicate an estimated delivery time in full after receipt of an order and any other training or warranty schedules applicable.

(vii) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following is an addendum to 52.212-2. Responses received to this RFQ will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order, and warranty and training considerations. Responses will be evaluated based on contractor's ability to meet the government's SALIENT CHARACTERISTICS stated in this notice and on ability to deliver required supplies. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation. Under the lowest-price technically acceptable (LPTA) process, Offerors' will be determined to be "technically acceptable" or "technically unacceptable" based on an evaluation of responses against the following factors to determine if, as submitted, the proposal is technically acceptable.

(1) Technical Capability: Offerors shall clearly indicate possessing the technical capability to achieve the essential salient characteristic features of this requirement. The Offeror must indicate in its quotation the ability to provide all of the requirements. The Offeror must indicate in its quotation the ability to meet the delivery requirements. Offerors submitting a response with documented technical specifications and evidence of possessing the technical knowledge, qualifications and capability and management structure needed in successfully achieving this requirement will be determined to be technically acceptable.

Respondents that believe that they are manufacturers or authorized resellers of any 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.

(viii) The provision at FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition.

(ix) The provision at FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. An addendum to FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, Offeror Representations and Certifications Commercial Items, applies to this acquisition. The addendum includes the following FAR Clauses, provisions, terms and conditions: (a) 52.211-6 Brand Name or Equal (Aug 1999).

(x) The provision of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition and the clause at 52.222‐51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment‐‐Requirements (Nov 2007) (41 U.S.C. 351, et seq.) applies to this acquisition. The following clauses listed in FAR clause 52.212-5 are applicable to this solicitation:

52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct
1995)
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016)
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred,
Suspended, or Proposed for Debarment. (Oct 2015)
52.219-8 Utilization of Small Business Concerns (Nov 2016)
52.219-28 Post Award Small Business Program Rerepresentation (Jul 2013)
52.222-3 Convict Labor (June 2003)
52.222-19 Child Labor-Cooperation With Authorities and Remedies (Jan 2018)
52.222-21 Prohibition of Segregated Facilities (Apr 2015)
52.222-26 Equal Opportunity (Sep 2016)
52.222-35 Equal Opportunity for Veterans (Oct 2015)
52.222-36 Equal Opportunity for Workers With Disabilities (Jul 2014)
52.222-37 Employment Reports on Veterans (FEB 2016)
52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)
52.222-50 Combating Trafficking in Persons (Mar 2015)
52.222-54 Employment Eligibility Verification (OCT 2015)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
52.225-1 Buy American - Supplies (May 2014)
52.225-13 Restriction on Certain Foreign Purchases (Jun 2008)
52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Jul. 2013)

In addition, the following FAR provisions are applicable to this solicitation and incorporated by reference: 52.204-7 System for Award Management (Oct 2018), 52.204-13 System for Award Management Maintenance (Oct 2018), 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016), 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016).

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

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

(xiii) 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 and a price proposal.

Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer, or provide a copy of the valid certifications registrations and Representation and Certifications from the System of Award Management (SAM) applications at www.SAM.gov, which may be indicated on the Offeror's cover sheet.

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 no later than the date specified in this announcement. Late responses will not be accepted. All responses must reference the subject solicitation number. Responses must be submitted electronically to [email protected]. Facsimile responses will not be accepted. For information regarding this solicitation, contact Hunter Tjugum by email at [email protected] or by phone at 301-827-5304.

Bid Protests Not Available

Similar Past Bids

Location Unknown 04 Feb 2019 at 9 PM
Jackson Mississippi 02 Mar 2016 at 3 PM
Richmond Virginia 16 Jul 2020 at 4 AM
Location Unknown 20 Dec 2021 at 5 AM
Location Unknown 18 Jul 2022 at 4 AM

Similar Opportunities

Bremerton Washington 28 Jul 2025 at 5 PM
Hill air force base Utah 21 Oct 2026 at 6 AM