Title: Malvern NanoSight NS300 or equivalent Instrument
The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to reduce the burden of disease which they accomplish by seeking 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, conducting, supporting and making medical discoveries that improve people's health and save lives.
National Center for Advancing Translational Sciences (NCATS). is a part of the National Institutes of Health (NIH), conducting research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease.
The Extracellular RNA Communication (ExRNA) program is an NIH Common Fund program with the goal to better better understands the basic exRNA biology to improve the diagnosis, prognosis and treatment of diseases and conditions such as cancer, bone marrow disorders, heart disease, Alzheimer's disease and multiple sclerosis. The NCATS and the lab of Dr. Asim Abdel-Mageed at Tulane University were awarded a grant to discover compounds that inhibit exosome secretion and uptake to prevent the oncogenic transformation of adipose stem cells into prostate cancer cells. As part of the workflow for the project, the Malvern NanoSight NS300 Instrument is needed to QC large scale exosome preparations that are used to screen the exosome uptake assay, and to determine the effect of compounds identified from the screening of the secretion and biogenesis assay on the number and size of the exosomes secreted.
Scope of Work
This request is to purchase a NS300 or equivalent instrument that meets the following requirements:
1. allows rapid, automated analysis of the size distribution and concentration of all types of nanoparticles from 10nm to 2000nm in diameter.
2. includes an Interchangeable laser module to allow the analyzation of fluorescently labeled particles without having to manually fit and change filters.
3. ability to selectively monitor the sizes of fluorescently labelled microvescicular bodies.
4. software tracks many particles individually and calculates their hydrodynamic diameters.
5. ability to monitor both nonfluroescence and fluorescence particles.
6. meets or exceeds all other specifications of a Malvern NS300.
Contract Type:
A firm fixed price purchase order is anticipated.
Period of Performance/Delivery Requirements:
One time delivery, set-up and training on or about October 30, 2015.
Place of Performance:
9800 Medical Center Drive, Rockville, MD 20850
FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition.
Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer.
FAR clause 52.212.-2, Evaluation - Commercial Items, is applicable to this requirement.
(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: The Government will award a delivery order resulting from this solicitation on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price. The technical evaluation factors are as follows, in order of importance:
1. Factor 1: Technical Approach
The Offeror shall detail in its technical proposal how it shall meet each of the project requirements. This shall include the specifications of the offered equipment, specifically if and how it is an equal-to-brand-name quotation.
2. Factor 2: Delivery
The Offer shall detail in its technical proposal how it shall meet the delivery requirements. The Government shall particularly evaluate ability to meet delivery and installation schedule requirements. Quotations must include a delivery lead time.
Technical evaluation factors and past performance, when combined, are significantly more important, when compared to price.
(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.
(End of Provision)
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.
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. 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.
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 23, 2015, 10:00 am EST and must reference number HHS-NIH-NIDA-(SSSA)-15-891. Responses may be submitted electronically to [email protected] or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), 31 Center Drive, Building 31, Room 1B59, Bethesda, Maryland 20892-2080, Attention: Andriani Buck. Fax responses will not be accepted.