Contact Points
Acquisition Authority: This acquisition is being conducted under Federal Acquisition Regulations (FAR) Part 13 – Simplified Acquisition Procedures, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2022-06 published in the Federal Register on May 26, 2022.
The Genome Instability and Chromatin Remodeling Section, Laboratory of Genetics and Genomics, National Institute on Aging requires a brand name or equal imaging system to the ChemiDoc Imaging System that will be used to obtain images of DNA gels, Protein gels and Western blot. The imaging system must be able generate high quality images, especially for Western blot and will replace our current film developer. We will use the imaging system to scan protein and DNA gels and generate digital images. We will also use it to detect Western blotting signals and create digital images, so that we can quantify the signals.
Generic Name of Product: Imaging System
Purchase Description:
-
- 12003153 qty 1 ChemiDoc Imaging System
-
- 12003026 qty 1 White Sample Tray for ChemiDoc
-
- 12003027 qty 1 Blue Sample Tray for ChemiDoc
-
- 1708377 qty 1 Holder for Sample Trays and UV Shield
Salient Characteristics:
The ChemiDoc Imaging System must allow for sensitive imaging and documentation of DNA/protein gels and chemiluminescent western blots. The system should detect DNA at ng levels and proteins at 0.1 ng levels. It should have similar sensitivity as X-ray films in detecting protein signals.
Quantity: One (1)
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.”
SUMMARY STATEMENT:
Quote Terms and Conditions (To be completed by the Offeror):
- Period of Performance OR Delivery Date After Receipt of Order:
- Shipping Point (F.O.B. OR Destination):
- Payment Discount Terms:
- NIH BPA Number, if applicable:
- UEI Number:
- Name of Company:
- Street Address, City, State, Zip code:
- Name of Person Authorized to Provide Quote:
- Telephone Number and Email Address of Person Authorized to Provide Quote:
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.
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/
-
- FAR Provision 52.212-1 Instructions to Offerors—Commercial Items (Sept 2021) is applicable to this solicitation.
- FAR Provision 52.212.2 Evaluation—Commercial Items (Oct 2014) 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)]
- FAR Provision 52.212-3, Offeror Representations and Certifications—Commercial Items (Feb 2021), is applicable to this solicitation
- FAR Provision 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018)
- FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (Sept 2021) 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),
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 (Oct 2020)
- FAR 52.204-26, Covered Telecommunications Equipment or Services- Representation (Oct 2020)
- NIH Invoice and Payment Provisions
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.