NIA 22-010494

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
ELISA Kits
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Carla
Blalock
carla.blalock@nih.gov

Secondary Contracting Officer

Taryn
Mabe
taryn.mabe@nih.gov
NAICS Code Number
325413
In-Vitro Diagnostic Substance Manufacturing
Small Business Size Standard
1250 Employees
FPDS Classification Code
6550
Estimated Period of Performance
NA
Delivery of Goods
30 days ARO
Set-Aside Status
Not Set Aside
Competition Status
Non-Competitive
Vendor Name
Meso Scale Discovery
Address
1601 Research Boulevard
Rockville, MD 20850-3126
Single-Sole Source Determination
Acquisition Authority: This acquisition is conducted under the authority of Federal Authority 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 a dollar value less than the simplified acquisition threshold are exempt from the requirements of FAR Part 6 - Competition Requirements.

This notice of proposed acquisition is posted as an intent to award to Meso Scale Discovery as it is the only vendor that is capable of providing the ELISA kits. These kits are only compatible with the Meso laboratory analytical instruments and are manufactured and sold solely by Meso Scale Discovery. Meso Scale Discovery has provided a sole source letter to the Government certifying that the Meso Scale laboratory analytical instruments and their kits are manufactured and sold solely by them.

ELISA kits for human protein assays are required to study human PD samples. The Drug Design & Development Section (DDDS) only owns a plate reader from the company (Meso Scale Discovery) that is capable of performing these assays. Only kits from this company are compatible with the instrument. Also, as there is a large set of samples, DDDS needs to obtain kits from the same lots/batches to maintain a level of consistency in scientific and medical comparisons.
Background/Description of Requirement

This acquisition is being conducted under the 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 dated May 26, 2022. 

The Drug Design & Development Section is involved in clinical and pre-clinical studies aimed at identifying novel drug targets for the treatment of human neurodegenerative disease, in this case Parkinson’s Disease. We have a large set of biological samples where we need to measure the levels of the three (3) important proteins that may be involved in Parkinson’s Disease in our clinical samples.  

Purchase Description: ELISA kits for human protein assays to study human PD samples. 

Salient characteristics and Quantities:

1.      Phospho-IRS-1 (Ser312) Whole Cell Lysate Kit (5 Pl) K150HLD-2 Quantity - 2.0

2.     MAP Kinase Whole Cell Lysate Kit (5 Plate) K15101D-2 Quantity - 2.0 

3.     Akt Signaling Whole Cell Lysate Kit (5 Plate) K15115D-2 Quantity - 2.0 

Contract Type:  A firm fixed price type order award not exceeding the Simplified Acquisition Threshold is anticipated to be awarded resulting from this requirement.  

Summary Statement:

The Unique Entity Identifier (UEI), the Taxpayer Identification Number (TIN), place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture), 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.”

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, if applicable:

5. UEI Number:

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:

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. 

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 (Nov 2021) is applicable to this solicitation. 
  • 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)] 
  • FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021), is applicable to this solicitation 
  • FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (November 2021) is applicable to this solicitation.
  • FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (January 2022) is applicable to this solicitation. 

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), 
  • FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020), 
  • 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020),

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 completed copies as separate documents with their quotation.

1. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)

2. FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video surveillance Services or Equipment (Aug 2020)

3. FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)

4. NIH Invoice and Payment Provisions

All responses must be received by 9:00AM on July 29, 2022 and must reference announcement / solicitation number NIA-22-010494.  Responses may be submitted electronically to Carla Blalock (carla.blalock@nih.gov).  Fax responses will not be accepted.

All responsible sources may submit response which, if timely received, must be considered by the agency.”

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.