Federal Bid

Last Updated on 02 Mar 2018 at 4 PM
Combined Synopsis/Solicitation
Rockville Maryland

Promega Reagent Kits and Assays

Solicitation ID NIHDA201800051
Posted Date 02 Mar 2018 at 4 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
COMBINED SYNOPSIS / SOLICITATION FOR COMMERCIAL ITEMS
COMPETITIVE ACQUISITION

Title: Promega Reagent Kits and Assays
Solicitation No.: NIHDA201800051

*** NOTE: THIS MODIFICATION CHANGES THE DEADLINE TO MONDAY MARCH 5 AT 11:30 a.m. EASTERN TIME. ***

Synopsis/solicitation

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 NIHDA201800051 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; 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 2005-96 dated 11/6/2017.

(iv) The associated NAICS code is 325414, Biological Product (except Diagnostic) Manufacturing, with a small business size standard of 1250 employees. This purchase is not set aside for small business.

(v) Background:

The purpose of this procurement is acquisition of various reagents and assays manufactured by Promega Corporation.

This requirement supports high-throughput and automated screening at the National Center for Advancing Translational Sciences (NCATS) at the National Institutes of Health (NIH). NCATS was officially established in fiscal year 2012 to transform the translational science process so that new treatments and cures for disease can be delivered to patients faster. NCATS, one of 27 Institutes and Centers (ICs) at NIH, strives to develop innovations to reduce, remove or bypass costly and time-consuming bottlenecks in the translational research pipeline in an effort to speed the delivery of new drugs, diagnostics and medical devices to patients.

(vi) Requirement:

The following are the Promega-brand reagents and assays required in the specified quantities. All reagents must be easily scalable and highly sensitive, and be delivered within 30 days after receipt of order.

This is a brand-name requirement. The brand-name justification is posted along with this combined synopsis/solicitation.

Catalog No. Quantity (ea) Description
G6081 1 each CellTiter-FluorTM Cell Viability Assay, 5 x 10 ml
E6482 5 each EnduRenTM Live Cell Substrate, 3.4 mg
G8092 10 each Caspase-Glo 3/7 Assay, 100 ml
G8233 1 each BacTiter/Glo Microbial Cell Viability Assay, 10 x 100 ml
G8462 11 each CellTiter-Glo One Solution Assay, 100 ml
G8821 1 each Ros Glo H202 Assay, 50 ml
G9683 2 each CellTiter-Glo® 3D Cell Viability Assay
N1150 5 each Nano-Glo(R) Luciferase Assay, 10 x 100 ml
V6912 1 each GSH-Glo Glutathione Assay, 50 ml
V7002 1 each ADP-Glo(TM) Max Assay, 10,000 assays


(vii) Inspection and acceptance will be performed at 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. The full text is available at https://www.acquisition.gov/sites/default/files/current/far/html/52_212_213.html#wp1179124.

(ix) Evaluation

(a) The Government will award a contract resulting from this solicitation to the responsible offeror on a lowest price, technically acceptable basis. Technical evaluation criteria are whether the offer meets the brand-name requirements in the quantity required and whether the offer meets the Government's delivery schedule.

(b) 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 provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. The full text is available at https://www.acquisition.gov/sites/default/files/current/far/html/52_212_213.html#wp1179194.

(xi) The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The full text is available at https://www.acquisition.gov/sites/default/files/current/far/html/52_212_213.html#wp1179465. The invoice instructions at FAR 52.212-4(g) are replaced with the NIH Invoice and Payment Provisions (2/2014) attached to this Solicitation.

(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 to this Solicitation.

(xiii) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.

(xiv) 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 11:30 a.m. Eastern Standard Time on Monday, March 5, 2018, and reference number NIHDA201800051. Late responses will not be accepted. Responses must be submitted electronically to Stuart Kern, [email protected]. Fax responses will not be accepted.

Contracting Office Address:
6001 Executive Blvd
Room 3129, MSC 9559
Bethesda, MD 20892-9559

(xvi) The name and telephone number of the individual to contact for information regarding the solicitation:

Stuart Kern, Contract Specialist
[email protected]
301-402-3334

Attachments:

Brand-name justification
NIH Invoice and Payment Instructions (2/2014)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders - Commercial Items

Bid Protests Not Available

Similar Past Bids

Center Kentucky 13 Apr 2017 at 7 PM
Location Unknown 07 Aug 2018 at 4 PM
Fort gordon Georgia 29 Jul 2016 at 2 PM
Fort gordon Georgia 11 Aug 2016 at 1 PM
Center Kentucky 30 Aug 2019 at 1 PM