Contact Points
This acquisition is being conducted under Federal Acquisition Regulations (FAR) Part 13 – Simplified Acquisition Procedures, and FAR Part 12—Acquisition of Commercial Items, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2202-08 dated October 28, 2022.
The is a brand name requirement for recombinant human growth factors and cytokines for the differentiation of induced pluripotent stem cell lines. The Laboratory of Neurogenetics has established strict protocols using the requested reagents for the differentiation of our banked cell lines. It is imperative that we maintain continuity when performing these manipulations, most especially when comparing/contrasting results from one experiment to another. While other vendors offer similar products, even the slightest difference in concentration or composition would have far reaching, possibly deleterious, consequences.
Induced pluripotent stem cell lines (iPSC) are derived from skin or blood cells that have been reprogrammed back into an embryonic-like pluripotent state that enables the development of an unlimited source of any type of human cell needed for therapeutic purposes. These manipulations are time-consuming, labor-intensive, and costly. Any perturbation during this process, including downstream differentiation of these generated cell lines, can have catastrophic consequences. These reagents will support research into neurodegenerative disorders.
While there are similar products, even the slightest difference in concentration or composition would have far reaching, possibly deleterious, consequences. The LNG has established strict protocols using the requested reagents for the differentiation of our banked cell lines. It is imperative that we maintain continuity when performing these manipulations, most especially when comparing/contrasting results from one experiment to another. Therefore, these specific items are required.
Purchase Description:
Cat. No. |
Product Name |
Qty. |
Size |
450-02-250UG |
Human/Murine/Rat BDNF |
1 |
250ug |
120-05ET-100UG |
Human BMP-4 (E. coli derived) |
1 |
100ug |
120-05-100UG |
Human BMP-4 (HeLa derived) |
1 |
100ug |
450-10-250UG |
Human GDNF |
1 |
250ug |
450-10-500UG |
Human GDNF |
1 |
500ug |
300-03-100UG |
Human GM-CSF |
2 |
100ug |
300-02BC-50UG |
Human IFN-beta |
1 |
50ug |
300-02L-20UG |
Human IFN-lambda1 |
1 |
20ug |
200-03-100UG |
Human IL-3 |
2 |
100ug |
200-03-250UG |
Human IL-3 |
1 |
250ug |
200-04-50UG |
Human IL-4 |
1 |
50ug |
200-10-10UG |
Human IL-10 |
1 |
10ug |
200-34-100UG |
Human IL-34 |
2 |
100ug |
200-34-250UG |
Human IL-34 |
1 |
250ug |
300-25-100UG |
Human M-CSF |
2 |
100ug |
300-25-500UG |
Human M-CSF |
1 |
500ug |
120-10C-500UG |
Human Noggin |
1 |
500ug |
300-07-100UG |
Human SCF |
2 |
100ug |
100-20A-100UG |
Human VEGF 121 |
1 |
100ug |
Salient characteristics:
Recombinant human growth factors and cytokines must have a certificate of analysis to show biological activity, product purity, calculated molecular weight, amino acid sequence of the product.
Quantity:
Please see the above purchase description for quantity of requested items.
Delivery Date:
30 days ARO
Contract Type:
A Firm Fixed Price (FFP) Purchase Order award not exceeding the Simplified Acquisition Threshold is anticipated from any contract resulting from this requirement.
Summary Statement:
The Unique Entity Identifier (UEI), the Taxpayer Identification Number (TIN), certification of country of ownership, 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.”
For equipment/parts/supply requirements under this requirement, if applicable, responses must include: the place of manufacturing (i.e., address if supply/equipment is a domestic end product and include country of manufacture).
Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b)product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order.
In case domestic sources are available and capable of fulfilling the Government’s need, the Government will use evaluation preferences in accordance with FAR 25.
Quoter 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. SAM UEI 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:
The FAR Clauses are incorporated by reference and are provided in full text at https://www.acquisition.gov/
1. FAR Provision 52.212-1 Instructions to Offerors-Commercial Items (Nov 2021) is applicable to this solicitation.
2. FAR Provision 52.212.2 Evaluation-Commercial Items (Nov 2021) is applicable to this solicitation. The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Technical capability of the item offered to meet the Government requirement; Price; and Past performance [see FAR 13.106-2(b)(3)]
3. FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2022), is applicable to this solicitation
4. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (November 2021), is applicable to this solicitation.
5. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (October 2022) is applicable to this solicitation. See attachment.
In addition, the following FAR provisions and clauses are applicable to this solicitation and incorporated by reference:
52.204-7 System for Award Management (Oct 2018),
52.204-13 System for Award Management Maintenance (Oct 2018),
52.204-16 Commercial and Government Entity Code Reporting (Aug 2020),
52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020),
52.211-6, Brand Name or Equal (Aug 1999),
52.225-1, Buy American-Supplies (Nov 2021) (41 U.S.C. chapter 83),
HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015).
The following provisions and clauses apply to this acquisition and are incorporated as an attachment. Offerors MUST complete the provision at 52.204-24 and 52.204-26 and submit a completed copy as a separate document with their quotation.
- FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
- FAR 52.204-25, Prohibition on Contracting for Certain Video Surveillance Services or Equipment (Nov 2021)
- FAR 52.204-26, Covered Telecommunications Equipment or Services Representation (Oct 2020)
- NIH Invoice and Payment Provisions
All responses must be received by December 19, 2022 at 11 AM EST and must reference announcement / solicitation number 23-001059. Responses may be submitted electronically to Randall Carter (Randall.carter@nih.gov). Fax responses will not be accepted.
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.