Contact Points
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.
Single-sole Source (Including brand-name) Determination:
This notice of proposed acquisition is posted as an intent to award an order on a non-competitive basis to:
Promega
2800 Woods Hollow Road
Madison, WI 53711
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 due to brand-name only requirements.
Description of Requirement:
The purpose of this requirement is to obtain reagent/kits manufactured and sold by Promega that fulfills the following salient characteristics:
Government’s Essential features:
• Easily Automated
• Scalability from bench to High Throughput Screens
• Optimized bright light output for batch and continuous processing
• Excellent sensitivity
• Use with any ADP-producing enzyme cannot be limited
• Low background formulation
• Bright reporters necessary for limited sensitivity
• Sensitivity to low concentrations of ADP
Quantity:
Please provide a quote for the following item and quantity. Please provide the list price and discounted price for the item.
Cat # Quantity Description
G8092 16 Caspase-Glo 3/7 Assay
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
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:
Additional Terms and Conditions, Provisions, and Representations:
1. The Government intends to make a call under BPA HHSN263201500038B for this requirement.
2. The Offeror’s NIH BPA Contract is hereby incorporated by reference.
3. The provision at FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019). This must be completed and submitted with a quotation.
4. 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.”
Delivery Date: The Offeror should indicate an estimated delivery time in full after receipt of an order. Inspection and acceptance will be performed at NCATS located at 9800 Medical Center Drive, Rockville, MD 20852. A firm fixed price type order is anticipated to be awarded as a result of this RFQ.
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.
Date Quotation Due: All responses to this request for quote must be received by 3:00 PM Eastern Standard Time, on 6/26/2020 and must reference the request number cited above. Responses must be submitted electronically to the contact person cited above. Fax responses will not be accepted.
Madison, WI 53711
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.
The purpose of this requirement is to obtain reagent/kits manufactured and sold by
Promega that fulfills the following salient characteristics:
Caspase Glo 3 7 Assay provides a homogeneous luminescent Assay that measures caspase 3 7 activities. The Assay provides a proluminescent caspase 3 7 DEVD aminoluciferin substrate and a proprietary thermostable luciferase in a reagent optimized for caspase 3 7 activity luciferase activity and cell lysis. Adding the single Caspase Glo 3 7 Reagent in an add mix measure format results in cell lysis followed by caspase cleavage of the substrate. This liberates free aminoluciferin which is consumed by the luciferase generating a glow type luminescent signal. The signal is proportional to caspase 3 7 activity.
Government’s Essential features:
• Easily Automated
• Scalability from bench to High Throughput Screens
• Optimized bright light output for batch and continuous processing
• Excellent sensitivity
• Use with any ADP-producing enzyme cannot be limited
• Low background formulation
• Bright reporters necessary for limited sensitivity
• Sensitivity to low concentrations of ADP
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.