The NIDDK Clinical Core Laboratory processes, labels, catalogues, stores and analyzes clinical samples for investigators within NIDDK. It is essential to use kits for the analyses of samples that are reliable and that have been validated for reproducibility accuracy and precision. Most of the metabolic assays that are used in the lab have already been validated after extensive research and development. This requires testing numerous commercially available antibody pairs and is a time consuming and expensive process. Once the kits have been validated, we cannot change the vendor for a project (since changing antibodies may change the results). The studies where this is crucial is for longitudinal studies where the results must be compared from patient visits over multiple years. The main objective is to measure Human Apolipoprotein A5 (Apo-A5) ELISA kits for NIDDK Phoenix. The goal of Phoenix NIDDK is to investigate the influence metabolic changes on Apo A5 production.
Details:
92 - Human apolipoprotein A5 (Apo-A5) ELISA Kit
92 - Bulk discount for shipping more than 10
The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors - Commercial items; 2) FAR Clause 52.212-2, Evaluation - Commercial Items. As stated in FAR Clause 52.212-2 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be advantageous to the Government, price and other factors considered. The following factors will be used equally to evaluate offers: Technical Evaluation, Price, and Past Performance. The Government will make award based on Best Value.
Note: Past Performance Information: Vendors must submit a listing of the most recent contracts/awards (minimum of 3) which demonstrate similar work in nature to this Solicitation. Contracts/awards may include those entered with the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract:
1. Name of Contracting Organization
2. Contract Number (for subcontracts provide the prime contract number and the subcontract number)
3. Contract Type
4. Total Contract Value
5. Description of Requirement
6. Contracting Officer's Name and Telephone Number
7. Program Manager's Name and Telephone Number
3) FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items; 5) FAR Clause 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions. The Dun and Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN) and the certification of business size shall be included. The clauses are available in full text at http://www.arnet.gov/far.
Interested vendors capable of providing the Government with the items specified in this synopsis should submit their quotation to the below email address. Quotations will be due 11:00AM EST August 21, 2019. Offerors shall send the quotation/proposal to Verne Griffin at [email protected]. The quotation must reference Solicitation number RFQ-NICHD-19-179. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov."
Faxed copies will not be accepted.