Contact Points
Primary Contract Specialist
- Voltage: 120 V ±10 %, 60 Hz
- Model: IVD Certified
- Net Weight: 319 lb. (145kg)
- Capacity: 4 x 1000 mL with TX-1000 rotor
- Max. RCF: 25830 xg with Microliter 30 x 2 rotor
- Max. Speed: 15200 rpm with Microliter 30 x 2 rotor
- Touch screen ability
- Auto-lock function
F14S-6X250 LE FIBERLITE ROTOR
- Capacity: 6 x 250mL
- Max. Speed: 10,000rpm
- Max. RCF: 15,316 x g
- Angle: 25 deg.
F15-8X50C FIBERLITE ROTOR
- Capacity: 8 x 50mL
- Max. Speed: 12,000rpm
- Max. RCF: 16,743 x g
- Angle: 25 deg.
Nalgene Oak Ridge Tube Adapter
- Capacity: 50mL
The National Center for Advancing Translational Sciences (NCATS), Division of Pre-Clinical Innovation, the Trans-NIH RNAi Facility (TNRF) initiative conducts high-throughput Small interfering RNA (siRNA) screens in collaboration with intramural investigators. The siRNAs down-regulate target genes possessing corresponding sequence complementarity. In this way, TNRF can interrogate a specific gene’s function in the context of any biology we can assay. The initiative’s work encompasses assay development, screening, and initial follow-up. To conduct this work, NCATS requires a floor model centrifuge. This request is for a centrifuge that is specifically compatible with our automated workflow. This item is needed to facilitate our RNAi screening program.
Purpose and Objectives: The purpose of this acquisition is to acquire one (1) each of the following:
Sorvall X4 Pro Centrifuge or Equal that meet all salient characteristics.
Fiberlite F14-6 x 250LE Fixed Angle Rotor or Equal that meet all salient characteristics.
Fiberlite F15-8 x 50cy Fixed Angle Rotor or Equal that meet all salient characteristics.
50mL Nalgene Oak Ridge Tube Adapter or Equal that meet all salient characteristics.
The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date is within 90 days after receipt of order (ARO). Delivery will be F.O.B. Destination. The place of delivery and acceptance will be NCATS, 9800 Medical Center Dr, Rockville, MD 20850.
The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html
(End of provision)
The following provisions apply to this acquisition and are incorporated by reference:
- FAR 52.204-7, System for Award Management (Oct 2018)
- FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)
- FAR 52.211-6, Brand Name or Equal (Aug 1999)
- FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021)
- FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021)
- FAR 52.225-4, Buy American-Free Trade Agreements-Israel Trade Act Certificate (Feb 2021)
- HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015)
https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html
(End of clause)
The following clauses apply to this acquisition and are incorporated by reference:
- FAR 52.204-13, System for Award Management Maintenance (Oct 2018)
- FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)
- FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Nov 2021). Addendum to this FAR clause applies to this acquisition and is attached.
- HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)
- HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015)
The following provisions and clauses apply to this acquisition and are attached in full text. Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal.
- FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
- FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)
- FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (May 2022)
- NIH Invoice and Payment Provisions (Apr 2021)
The provision at FAR clause 52.212-2, Evaluation – Commercial Items (Nov 2021), applies to this acquisition.
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical evaluation criteria or technical capability of the item offered to meet the Government requirement; and (ii) price.
Technical and past performance, when combined, are (1) significantly more important than cost or price.
(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offerThe clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached as Attachment 3.
The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.
The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
Responses to this solicitation must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service. The price quote shall include: 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 proposing on an equal product 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.
The Unique Entity Identifier (UEI) , 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.
All questions must be received by 11:00 a.m., Eastern Standard Time, on May 31, 2022, and reference Solicitation Number 75N95022Q00242. Questions may be submitted electronically to Kim Stapleton, Contract Specialist, at kim.stapleton@nih.gov.
All quotations must be received by 11:00 a.m., Eastern Standard Time, on June 6, 2022, and reference Solicitation Number 75N95022Q00242. Responses must be submitted electronically to Kim Stapleton, Contract Specialist, at kim.stapleton@nih.gov.
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.