Federal Bid

Last Updated on 14 Aug 2018 at 8 AM
Combined Synopsis/Solicitation
Center Kentucky

Multiple Reagent Kits and Assays

Solicitation ID NIHDA201800381
Posted Date 25 Jul 2018 at 8 PM
Archive Date 14 Aug 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Ncats
Agency Department Of Health And Human Services
Location Center Kentucky United states
NON-COMPETITIVE
COMBINED SYNOPSIS / SOLICITATION


Title: Multiple Reagent Kits and Assays

(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 NIHDA201800381 and the solicitation is issued as an 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.

THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).

The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Center for Advancing Translational Sciences (NCATS) intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) for multiple reagent kits and assays. This will be a brand name only requirement.

This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items by soliciting from a single source pursuant to FAR Subpart 13.106-1(b).

Pursuant to FAR Subpart 13.501 (a) (1) (iv) the rationale for the brand name justification is that NCATS has already used screening assays that have been optimized using Promega reagents. Introducing anyone else's reagents at this point would cause immense cost and time restraints to the government, based on re-optimizing all screens before moving forward.

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99, dated June 15, 2018.

(iv) The associated NAICS code 325414. This requirement has no set aside restrictions.

(v) The purpose of this procurement is the acquisition of multiple reagent kits and assays from Promega. Promega manufactures a number of reagent systems that NCATS uses in multiple ongoing assays and projects. These assay systems and kits allow NCATS to measure specific outcomes of cells. Their products are specifically engineered for high throughput and automation settings- the standard at NCATS.

(vi) Government's Essential features:
• All reagents must be easily scalable and highly sensitive
• Reagent kits and assays must be optimized for Primary high-throughput screening, secondary screening and lead optimization.
• Engineered for live cell imaging
• Optimized for multiwell plates and automation equipment
• Easily scalable

Catalog # Qty Size Description
G8233 2 10x100ml BacTiter-Glo micribial Cell Viability Assay

G8092 5 100ml Caspase-Glo 3/7 Assay

G8462 28 500ml CellTiter Glo
One Solution Assay

G9683 7 100ml CellTiter-Glo® 3D Cell Viability Assay

N3050 2 10x100ml Nano-Glo(R) HiBiT Lytic Detection
System 10x100

N2013 1 10000 assays Nano-Glo® Live Cell Assay System

N1150 4 10X100ml Nano-Glo® Luciferase Assay

(vii) Delivery Date: One-time delivery to ship within 30 days ARO.

(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 will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

1. Technical Evaluation Factor: Offeror's technical approach will be evaluated for completeness, feasibility, soundness, and practicality for accomplishing the requirements of the Statement of Work (SOW).

2. Delivery/Period of Performance Evaluation Factor: Contractor's ability to meet or exceed the delivery date/period of performance in the SOW.

3. Cost/Price Evaluation Factor: Offeror(s) cost/price will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the government that a prudent person would pay when consideration is
given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques as described in FAR 15.404.

(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.

(xiii) The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices.

(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.

Respondents that believe that they are manufacturers or authorized resellers 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.

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 July 30, 2018, 1:00pm, Eastern Standard Time and reference number NIHDA201800381. Responses may be submitted electronically to Jessica Adams. Contract Specialist, [email protected].

Fax responses will not be accepted.

(xvi) The name and email address of the individual to contact for information regarding the solicitation: Jessica Adams, Contract Specialist, [email protected].

 

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 14 Jul 2014 at 1 PM
Location Unknown 01 Jul 2014 at 11 AM
Location Unknown 14 Jul 2014 at 1 PM
Rockville Maryland 02 Mar 2018 at 4 PM
Center Kentucky 29 May 2015 at 5 PM