1 EA UH-002-0001 SX-8G IP Star Compact
1 EA AB-Auto01-A016 Auto ChIP kit protein A x16 16 rxns
1 EA WA-002-0150 200 μl tube strips (8 tubes/strip) + cap strips (150 pc)
1 EA WA-008-0100 2 ml microtube for SX-8G IP-Star® Compact (100 pc)
1 EA WC-001-1000 Tips (bulk) (1000 pc)
1 EA WA-006-0010 Medium reagent container for SX-8G IP-Star®
Compact (10 pc)
1 EA WA-007-0020 Large reagent container for SX-8G IP-Star®
Compact (20 pc)
1 CHG Shipping and Handling
Mandatory Requirements:
The Genomics Core has a requirement for automated instrumentation for chromatin immunoprecipitation (ChIP) and next-generation sequencing (NGS) library preparation. The Core provides next-generation sequencing service for the entire institute. Currently, users of this service are required to perform ChIP and NGS library preparation via manual methodologies, which are quite labor-intensive. The proposed instrumentation would provide the capacity (currently lacking) to automate these processes, thereby minimizing the hands-on time required by the user for his/her experiment. The instrument would be housed in the Core laboratory and serve as a shared resource for all users within the institute.
The SX-8G IP-Star is the only fully-integrated, commercially available instrument for these applications. It offers the following unique capabilities:
1) flexible workflows for a variety of applications, including both ChIP and NGS library preparation.
2) optimized preprogrammed protocols, for ease of use (critical for shared instrumentation operated intermittently by multiple users).
3) designed for operation with multiple (i.e., non-proprietary) reagent sources (providing maximum flexibility for a variety of users).
The "equal" item must meet the characteristics of the brand name item to be acceptable for award. Basis for Award: Offerors must provide descriptive literature or other material that demonstrates their offer meets the forgoing requirements. The contract will be awarded to the responsible offeror whose offer fully meets the requirements of the solicitation, provides the best value, with price and technical factors equally important in award evaluation.
The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors - Commercial items; 2) FAR Clause 52.212-2, Evaluation - Commercial Items. As stated in FAR Clause 52.212-2 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be advantageous to the Government, price and other factors considered. The following factors will be used equally to evaluate offers: Technical Evaluation, Price, and Past Performance. The contract type is Firm Fixed Price. The select will be made on a Best Value basis with Technical Approach being the most important factor.
Note: Past Performance Information: Vendors must submit a listing of the most recent contracts/awards (minimum of 3) which demonstrate similar work in nature to this Solicitation. Contracts/awards may include those entered with the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract:
1. Name of Contracting Organization
2. Contract Number (for subcontracts provide the prime contract number and the subcontract number)
3. Contract Type
4. Total Contract Value
5. Description of Requirement
6. Contracting Officer's Name and Telephone Number
7. Program Manager's Name and Telephone Number
3) FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items; 5) FAR Clause 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions. The Dun and Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN) and the certification of business size shall be included. The clauses are available in full text at http://www.arnet.gov/far.
PLEASE NOTE: In order to receive an award, contractor must be registered and have valid certification in the System for Award Management (SAM) http://www.sam.gov
Interested vendors capable of providing the Government with the items specified in this synopsis should submit their quotation to the below address. Quotations will be due five (5) calendar days from the publication date of this synopsis September 9, 2013 at 11:00 a.m. EST. Offersors shall provide an original and two copies of your quotation. The quotation must reference Solicitation number MIHLM2013795. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 700W, Bethesda, Maryland 20892, Attention: V. Lynn Griffin.
Faxed copies will not be accepted.
Confidentiality - No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)."