Federal Bid

Last Updated on 26 Aug 2021 at 9 PM
Combined Synopsis/Solicitation
Baltimore Maryland

Quanterix Simoa 4-plex and Singleplex 96-well Plate Assays

Solicitation ID 75N95021Q00349
Posted Date 26 Aug 2021 at 9 PM
Archive Date 17 Sep 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institutes Of Health Nida
Agency Department Of Health And Human Services
Location Baltimore Maryland United states 21224

NON-COMPETITIVE

COMBINED SYNOPSIS / SOLICITATION

Title:   Quanterix Simoa 4-plex and Singleplex 96-well Plate 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 75N95021Q00349 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 Acquisition (OA), on behalf of the National Institute on Aging (NIA), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to Quanterix at 900 Middlesex Turnpike, Billerica, MA 01821 for Simoa 4-plex and Singleplex 96-well Plate Assays.

This acquisition is conducted as non-competitive for a commercial item and is conducted pursuant to FAR 13.106-1(b)(1).


(iii)       The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2021-06, with effective date July 12, 2021.

(iv)       The associated NAICS code 334516 and the small business size standard 1,000 employees.  No set-aside restriction is applicable.

(v)        This requirement is for the following Quanterix products:
 

Item Number: 1

Manufcturer Part Number:  103941

Quantity:  80

Unit: each

Description: sTREM2 Advantage Assay Kit (pre-order) **PRE-ORDER.  Product is not yet released.** Coplete Simoa bead based assay kit for measuring sTREM2.  Kit contains reagents for processing one 96 well plate (or 96 tubes) of target analyte.  Includes reference calibrators, controls, beads, detector, SBG, RGP, and sample diluent.

Item Number: 2

Manufacturer Part Number: 103714

Quantity: 25

Unit: each

Description: p-Tau-181 Advantage V2 Assay Kit (Complete Simoa bead-based assay kit for measuring P-Tau 181 in serum, plasma and CSF samples. Kit contains reagents for processing one 96 well plate (or 96 tubes) of target analyte. Includes reference calibrators, controls, beads, detectors, SBG, RGP, and sample diluents.)

Item Number: 3

Manufacturer Part Number: 103347

Quantity:  27

Unit: each

Description: Disc Kit for Simoa HD-1/X (rev 2) (This kit includes a stack of 16 Simoa Discs, 500 Simoa cuvettes, 4 Simoa assay plates, 4 plate-sealing films, an 8-pack of 15 ml bottles, and 8 boxes of disposable Simoa pipettor tips (768). This kit includes enough materials to run 4 plates under customary operating circumstances.)

Item Number: 4

Manufacturer Part Number:  100486

Quantity:  9

Unit: each

Description: System Buffer 1, (2 Pack) (2x (5L) Wash Buffer 1 specifically formulated to optimize performance of assays on the Simoa HD-1 Analyzer)

Item Number: 5

Manufacturer Part Number:  100487

Quantity:  3

Unit: each

Description: System Buffer 2, (2 Pack) (2x (3 L) Wash Buffer 2 specifically formulated to optimize performance of assays on the Simoa HD-1 Analyzer)

Item Number: 6

Manufacturer Part Number: Not Applicable

Quantity: 1

Unit: charge

Description:  Shipping and Handling.  Charge to ship all items to Baltimore, MD 21224

All deliverables required under this contract shall be packaged, marked and shipped in accordance with Government specifications. At a minimum, all deliverables shall be marked with the contract number and Contractor name. The Contractor shall guarantee that all required materials shall be delivered in immediate usable and acceptable condition.

(vi)       Delivery shall be to:

Johns Hopkins University-Bayview

5200 Eastern Avenue

Mason F Lord Center Tower, 5th Floor, Room 579

Baltimore, MD 21224

(vii)      The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date is within ninety (90) days after receipt of order (ARO). Delivery will be f.o.b. destination.

(viii)     The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. 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 solicitation provision may be accessed electronically at these addresses:  https://www.acquisition.gov/browse/index/far   https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html   
(End of provision)

The following provisions apply to this acquisition and are incorporated by reference:

  • FAR 52.204-7, System for Award Management (Oct 2018)
  • FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)
  • FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2020)
  • FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2020)
  • HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015)

The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at these addresses:

https://www.acquisition.gov/browse/index/far     https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html  

(End of clause)

The following clauses apply to this acquisition and are incorporated by reference:

  • FAR 52.204-13, System for Award Management Maintenance (Oct 2018)
  • FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)
  • FAR 52.204-25, Prohibition on Contract for Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)
  • FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018).
  • HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)

The following provisions and clauses apply to this acquisition and are attached in full text.  Offerors MUST complete the provision 52.204-26 and submit a completed copy as a separate document with their proposal.

  • FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)
  • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2021)
  • NIH Invoice Instructions (Feb 10, 2021)

(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: (i) technical capability of the items offered to meet the Government requirement; (ii) price; (iii) past performance.

Technical capability and past performance, when combined, are significantly more important than cost or price.

(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 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 clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.

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

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

(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.

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 quotations must be received by 10:00 a.m., Eastern Time, on Thursday, September 2, 2021 and reference Solicitation Number 75N95021Q00349. Responses must be submitted electronically to Renee Dougherty, Contracting Officer, at [email protected].

Fax responses will not be accepted.

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

Renee Dougherty

Contracting Officer

301-827-8453

[email protected]

Bid Protests Not Available

Similar Past Bids

Location Unknown 19 Aug 2015 at 2 PM
Location Unknown 29 Jun 2017 at 7 PM
Location Unknown 12 Jul 2017 at 7 PM
Baltimore Maryland 16 Oct 2020 at 8 PM

Similar Opportunities