Federal Bid

Last Updated on 26 Mar 2019 at 3 PM
Combined Synopsis/Solicitation
Rockville Maryland

Promega-brand assay systems for Tox21 screens

Solicitation ID 75N95019Q00113
Posted Date 26 Mar 2019 at 3 PM
Archive Date Not Specified
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 Rockville Maryland United states 20850
NON-COMPETITIVE
COMBINED SYNOPSIS / SOLICITATION


Title: Promega-brand assay systems for Tox21 screens

(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 75N95019Q00113 and the solicitation is issued as a 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 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) Office of Acquisitions, NCATS Section, 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) to Promega Corporation, 2800 Woods Hollow Road, Madison, WI 53711, for assay systems.

Pursuant to FAR Section 5.102(a)(6), the justification under FAR Section13.106(b)(1) for the brand name specification is attached to this solicitation.

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01 dated January 21, 2019.

(iv) The associated NAICS code is 325413 and the small business size standard is 1250 employees. This requirement is not set aside.

(v) This acquisition consists of (catalog number, description, quantity):

V9910, P450-Glo CYP3A4 Screening System with Luciferin-PPXI, 10 ea
V9790, P450-Glo CYP2C9 Screening System, 75 ea
V9770 P450-Glo CYP1A2 Screening System, 10 ea
V9880 P450-Glo CYP2C19 Screening System, 75 ea
V9890 P450-Glo CYP2D6 Screening System, 10 ea

(vi) This acquisition is limited to this source because these assay systems are the only luminescent methods for measuring cytochrome P450, CYP2C9, CYP2C19, CYP3A4, CYP1A2, and CYP2D6 activities.

(vii) Delivery shall be within 30 days ARO, FBO destination, to:

National Center for Advancing Translational Sciences (NCATS)
9800 Medical Center Drive
Rockville, MD 20850

(viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition.

(ix) Offers will be evaluated for technical criteria, price, and past performance. Technical criteria consist of matching the line items identified above. Technical and past performance, when combined, are significantly more important than price.

(x) The Offerors are 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. An addendum applies. The additional contract terms and conditions are as follows:

FAR 52.252-1
SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a clause may be accessed electronically at these addresses:

For FAR clauses: https://www.acquisition.gov/browsefar

For HHSAR clauses: https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html

(end of clause)

The following FAR provisions or clauses are 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 Entity Code Reporting (Jul 2016)
52.204-18, Commercial and Entity Code Maintenance (Jul 2016)

52.212-4(g), Invoice, is supplemented by the NIH Invoice and Payment Instructions (2/2014).

(xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and is attached.

(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) evidence that they are manufacturers or authorized resellers of the brand-name product; (b) product, catalog, model, and/or part number(s); (c) product description; (d) 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 1:00 pm Eastern time on April 4, 2019, and reference number solicitation number 75N95019Q00113. Responses must be submitted electronically to Stuart Kern, Contract Specialist, at [email protected], 301-402-3334.

Fax responses will not be accepted.

 

 

Bid Protests Not Available

Similar Past Bids

Rockville Maryland 02 Mar 2018 at 4 PM
Center Kentucky 02 Aug 2018 at 1 PM
Rockville Maryland 05 Feb 2018 at 6 PM
Location Unknown 20 Aug 2018 at 4 PM
Rockville Maryland 13 Aug 2021 at 12 PM