21-005709

Submitted by fratecm on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
ViewLux Acquisition
Contracting Office
National Center for Advancing Translational Sciences (NCATS)

Contact Points

Primary Contract Specialist

Jeff
Moore
jeff.moore@nih.gov

Secondary Contracting Officer

Christine
Frate
christine.frate@nih.gov
NAICS Code Number
334516
Statutory Authority:
This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13—Simplified Acquisition Procedures and at a dollar value less than the simplified acquisition threshold are exempt from the requirements of FAR Part 6 - Competition Requirements.
Small Business Size Standard
1,000
FPDS Classification Code
6640
Delivery of Goods
30 days after delivery of award
Set-Aside Status
Not Set Aside
Competition Status
Non-Competitive
Vendor Name
New Life Scientific, Inc.
Vendor Address
300 Dupler Ave.
Cridersville Ohio 45806, USA
Single-Sole Source Determination
The Single-sole Source (Including brand-name) Determination is based upon the market research conducted. Specifically, only one source is capable of providing the supplies or services required pursuant to FAR 13.106-1(b)(1)(i), only one source is reasonably available.
Background/Description of Requirement

The purpose of this requirement is to obtain PerkinElmer Wallac ViewLux 1430 Ultra HTS, uHTS Microplate Imager(s) and software manufactured and sold by New Life Scientific, Inc. that fulfills the following requirements:

The National Institutes of Health National Center for the Advancement of Translational Science performs numerous High Throughput Assays annually.  Over the years, NCATS has purchased and put into use 8 Perkinelmer Viewlux plate readers due to their flexibility and reliability, making them the workhorse of liquid dispensing and detection within the various laboratories and robotic systems.  Given Perkinelmer's decision to discontinue the Viewlux, it is imperative that we have replacement units on hand in the event one of the existing units fails. 

Cat # Quantity Description:

  • Product #24610; Qty. (1) PerkinElmer Wallac ViewLux 1430 Ultra HTS Microplate Imager w/ Software, Inspected & Tested. Software, Manuals, 90-Day Warranty
  • Product #24611; Qty. (1) PerkinElmer Wallac ViewLux 1430 Ultra HTS Microplate Imager w/ Software, Tested to Initialize. Good Condition. 90-Day Warranty
  • Product #29017; Qty. (1) Perkin Elmer Wallac ViewLux 1430 Ultra HTS uHTS Microplate Imager

Offeror Terms and Conditions (To be completed by the Offeror):

1. Period of Performance OR Delivery Date After Receipt of Order:

2. Shipping Point (F.O.B. OR Destination):

3. Payment Discount Terms:

4. NIH BPA Number "if applicable"

5. DUNS No:

6. Name of Company:

7. Street Address, City, State, Zip code:

8. Name of Person Authorized to Provide Quote:

9. Telephone Number and Email Address of Person Authorized to Provide Quote:

Summary Statement:

Responses to this notice must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service. The response shall include: the 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.

Interested parties may identify in writing their interest and capability in response to this requirement. Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.

All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.

All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.