(ii) The solicitation number is HHS-NIH-NIDA-SSSA-RFQ-2016-842 and the solicitation is issued as a 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.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89-1, dated 08/15/2016.
(iv) The associated NAICS code 334516 and the small business size standard 1000 employees.. This requirement is full and open with no set aside restrictions.
AutoDG Droplet Digital PCR System
Dimensions: ADG: Open: 66 x 56 x 89cm
Closed: 66 x 56 x 66 cm
QX200 Droplet Reader: 66 x 52 x 29cm
Functions: Generate droplets for 96 well ddPCR reactions in 45 minutes
Automated generation of droplets
Ability to work with either Taqman or Evagreen (SYBR compatible) reagents
Touch screen interface for ease of programming
Calculations based on Poisson's Distribution
Formatted for 96 well reactions at one time
Performance: HEPA-filter enclosure to reduce contamination
Run a minimum of 2-96 well plate reactions in an 8 hour time frame
Automated droplet generation to reduce technical variation and contamination
Compatible with Bio-rad instrumentation already available in the lab
Detect low copy number of DNA targets
Quantify small fold changes in target molecules
(vi)
(vii) Delivery is to be within 4 weeks of receipt of the award and delivery is to be made to the following address;
National Institute on Aging
Laboratory of Genetics and Genomics
RNA Regulation Section
251 Bayview Boulevard, Ste. 100
BRC Room 10C009
Baltimore, MD 21224
(viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition.
(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 and is the lowest price technically acceptable.
(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.
(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.
(xi) The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition
(xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition
(xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
(xv) 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.
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 September 27, 21016 at 9:00 AM EST and reference number HHS-NIH-NIDA-SSSA-RFQ-2016-842. Responses may be submitted electronically to Mr. Brian Lind at [email protected]..
Fax responses will not be accepted.
(xvi) The name and telephone number of the individual to contact for information regarding the solicitation Mr. Brian Lind at 301-827-5298.