75N95021Q00361

Submitted by pluggern on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Purchase of Reagent Injector Module for the Pherastar FSX microplate reader
Contracting Office
National Center for Advancing Translational Sciences (NCATS)

Contact Points

Primary Contract Specialist

Renato
Gomes
renato.gomes@nih.gov
NAICS Code Number
334516
Analytical Laboratory Instrument Manufacturing
Small Business Size Standard
1,000 employees
FPDS Classification Code
6640 - Chemical Analysis Instruments
Delivery of Goods
Four (4) weeks after receipt of order (ARO)
Set-Aside Status
Not Set Aside
Competition Status
Non-Competitive
Vendor Name
BMG Labtech, Inc
Vendor Address
13000 Weston PKWY STE 109, Cary, NC 27513-2250
Single-Sole Source Determination
This notice of proposed acquisition is posted as an intent to award a purchase order on a non-competitive basis to BMG Labtech, Inc, 13000 Weston PKWY STE 109, Cary, NC 27513-2250.
The Non-Competitive (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

DATE QUOTATION DUE:

All responses to this request for quote must be received by 9:00 a.m. Eastern Standard Time, on August 27, 2021 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.

IMPORTANT: This is a request for information and quotations furnished are not offers. If you are unable to quote, please so indicate in a reply email to the contract specialist cited herein.  This request does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or service. Supplies are of domestic origin unless otherwise indicated by quoter. Any representations and/or certifications attached to this Request for Quotation must be completed by the quoter.

The full Request for Quote with all attachments is available from the Contract Specialist

Description of Requirement:

The National Institutes of Health (NIH) is the nation’s leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people’s health and save lives.

The National Center for Advancing Translational Sciences (NCATS) is a part of the National Institutes of Health (NIH), which mission it is to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions.

The Division of Preclinical Innovation (DPI) plans, conducts and uses both internal and contract resources to advance collaborative research projects across the preclinical phases of the translational science spectrum. Specifically, this division:

  • Plans, conducts and collaborates on research to develop new methods and technologies to enhance preclinical processes.
  • Plans, conducts and collaborates on research to evaluate existing and developing approaches, technologies, and processes in the preclinical spectrum.
  • Supports training programs relevant to preclinical phases of translational science.
  • Allocates DPI resources to preclinical extramural and intramural investigators.
  • Collaborates with other NIH Institutes and Centers and the scientists they support.
  • Consults with stakeholders, including patients, industry and regulators

Several thousand genetic diseases affect humans, of which only about 500 have any treatment. NCATS is directly addressing this problem by discovering new technologies and other approaches that could greatly accelerate the process of developing and deploying solutions that can be used by all translational researchers.

Within NCATS, the TDB biology group works to encourage and speed the development of new treatments for diseases with high-unmet medical needs. This acquisition specifically addresses the new therapeutic for NGLY1 rare disease project, which specifically applies breakthroughs in translational science to advancing new treatments for rare diseases.

Thus, the Therapeutic Development Branch (TBD) within the National Center for Advancing Translational Sciences (NCATS) Division of Preclinical Innovation (DPI) requires the acquisition and installation of the Reagent Injector Module (Part Number: 1100-472-702) on the Pherastar FSX microplate reader to allow allow TBD scientists to run high-throughput screening with different drug libraries to find therapy for Deficiency of N-glycanase 1 (NGLY1) disorder.

The purpose of this requisition is to procure and install a Reagent Injector Module (Part Number: 1100-472-702) in the Pherastar FSX microplate reader, for the Therapeutic Development Branch (TBD) within the National Center for Advancing Translational Sciences (NCATS), Division of Preclinical Innovation (DPI) in order to allow allow TBD scientists to run high-throughput screening with different drug libraries to find therapy for Deficiency of N-glycanase 1 (NGLY1) disorder.

Purchase Description: One (1) Reagent Injector Module (Part number: 1100-472-702) with installation in the Pherastar FSX microplate reader from BMG Labtech at NCATS.

Salient characteristics: The salient characteristics of the Reagent Injector Module shall include:

  • Two Internal syringe injectors that dispense 5 to 350 uL in 0.167 uL increments;
  • Low 0.5ml prime volume;
  • Software shall allow individually defined volumes for each well;
  • Fully compatible with the Pherastar FSX microplate reader (Serial Number: 902-0484);
  • Installation on-site; and
  • Handling and Shipping, FOB Destination.

Quantity: One (1)

The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the delivery shall be made to NCATS four (4) weeks after receipt of order (ARO). Delivery will be f.o.b. destination. The place of delivery and acceptance shall be to NIH/NCATS at 9800 Medical Center Drive, Rockville, MD 20850.

The installation shall be conducted on dates and times agreed upon by the vendor and the NCATS point of contact designated on the award.

QUOTER TERMS AND CONDITIONS: (to be filled out 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. Open Market; GSA FSS Contract Number; Other Government Agency (OGA) Contract Number, Government-wide Agency (GWAC) Contract Number; or National Institute of Health (NIH) Blanket Purchase Agreement (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

The FAR Clauses are incorporated by reference and are provided in full text at https://www.acquisition.gov/

1. The provisions of FAR Clause 52.212-1 Instructions to Offerors—Commercial Items (Jan 2017) is applicable to this solicitation.

2. The provision of FAR Clause 52.212.2 Evaluation—Commercial Items (Jan 2017) is applicable to this solicitation.

  • The Government plans to award a fixed-price purchase order resulting from this solicitation. The resulting award will be made to BMG Labtech, Inc provided it is technically acceptable and at a fair and reasonable price. If multiple quotations are received, the Government may perform a comparative evaluation of responses in accordance with FAR 13.106-2(b) to select the contractor that is best suited and provides the best value, considering the evaluation factors in this solicitation. The evaluation shall compare: Technical capability of the item offered to meet the Government requirement in accordance with the salient characteristics specified in the Purchase Description, Price, and Past Performance as defined under FAR 13.106-2(b)(3). An award will be made to the vendor whose quotation is most advantageous to the Government.
  • The government reserves the right to select a response that provides benefit to the government that exceeds the minimum; the government is not required to select a response that exceeds the minimum; responses may exceed the requirements; each response must meet the solicitation requirement statement at a minimum; and the government is not requesting or accepting alternate proposal(s)

3. The provisions of FAR Clause 52.212-3, Offeror Representations and Certifications—Commercial Items (Feb 2021), is applicable to this solicitation.

  • The following FAR Provision Representations and Certifications must be completed, signed, and returned by the quoters with its quote pursuant to FAR 4.2103 Procedures.
    • FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020)
    • FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020)

4. The provision of FAR Clause 52.212-4, Contract Terms and Conditions—Commercial Items (Oct 2018) is applicable to this solicitation. Addendum to this FAR clause applies to this acquisition and is attached. The additional contract terms and conditions are as follows.

  • FAR 52.212-4 Addendum – Supplier License Agreements, attached.
  • FAR 52.212-4(g), Invoice, is supplemented by:
    • NIH Invoice and Payment Instructions (Rev. Feb 2021), attached.

5. The provisions of FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (Jul 2021) is applicable to this solicitation. See attachment for applicable clauses.

6. In addition, the following provisions and clauses apply to this acquisition and are incorporated by reference:

  • Provision, FAR 52.204-7, System for Award Management (Oct 2018)
  • Provision, FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)
  • Provision, FAR 52.225-2, Buy American Certificate (Feb 2021)
  • Provision, HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015).
  • Clause, FAR 52.204-13, System for Award Management Maintenance (Oct 2018)
  • Clause, FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)
  • Clause FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.(Aug 2020)
  • Clause, FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Oct 2018). Addendum to this FAR clause applies to this acquisition and is attached.
  • Clause, HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)

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.

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. 

ATTACHMENTS

  • Purchase Description (PD)
  • FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)
  • FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)
  • FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021)
  • FAR 52.212-4, Addendum – Supplier License Agreements
  • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Items (Jul 2021)
  • FAR 52.225-2, Buy American Certificate (Feb 2021)
  • NIH Invoice and Payment Provisions (Rev. Feb 2021)

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.