NIA-22-011585

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Human Chemokine Panels, Human Inflammation Panel
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Jacqueline
Newman
jacqueline.newman@nih.gov

Secondary Contracting Officer

Wiwa
Lui
wiwa.lui@nih.gov
NAICS Code Number
325414
Biological Product (except Diagnostic) Manufacturing
Small Business Size Standard
1250
FPDS Classification Code
6505
Estimated Period of Performance
N/A
Delivery of Goods
NET 30 days
Competition Status
Brand Name Only
Vendor Name
BIO-RAD LABORATORIES, INC.
Vendor Address
2000 ALFRED NOBEL DR
HERCULES, CA 94547-1804
Vendor Name
BIO-RAD LABORATORIES, INC.
Address
2000 ALFRED NOBEL DR
HERCULES, CA 94547-1804
Single-Sole Source Determination
This is a brand name requirement for Bio-Plex Pro human Chemokine Panels and Bio-Plex Pro Human Inflammation Panels. The National Institute on Aging (NIA) Laboratory of Molecular Biology and Immunology (LMBI) optimized the conditions for these kits and used them for an ongoing project. As conditions are optimized and data is already generated and analyzed, it is imperative that the same kits/reagents and procedure regarding the assays are maintained. Proceeding this way will maximize the possibility of generating comparable data and accelerate the publication time.
Background/Description of Requirement

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 2022-07 published in the Federal Register on August 10, 2022.

The National Institute on Aging (NIA) Laboratory of Molecular Biology and Immunology (LMBI) requires the Bio-Plex Pro Human Chemokine Panels and Bio-Plex Pro Human Inflammation Panels. Cytokines are low molecular weight proteins that are generated mostly by immune cells and in turn play crucial roles in a cascade of vascular changes, including the differentiation, maturation, and activation of various immune cells.  They may exert either pro- or anti-inflammatory effects, depending on the nature of the activating or inhibitory signal and timing. These assays enable researchers to quantify multiple protein markers in a single well of a 96-well plate.

The LMBI/NIA requires the Bio-Plex Pro Human Chemokine Panels and Bio-Plex Pro Human Inflammation Panels.  The Bio-Plex Human Chemokine Panel features 40 magnetic bead-based immunoassays to measure cytokines (chemokines and chemotaxis-relevant analytes) from human samples. The Bio-Plex human inflammation panel consists of a wide range of assays to facilitate the study of pro- and anti-inflammatory cytokines in various conditions.

 Purchase Description:

1) Bio-Plex Pro human Chemokine Panel, 40-plex cat. # 171AK99MR2,

2) Bio-Plex Pro Human Inflammation Panel 1, 37-plex

 Human Chemokine Panel:

The Bio-Plex Human Chemokine Panel features 40 magnetic bead-based immunoassays to measure cytokines (chemokines and chemotaxis-relevant analytes) from human samples. 1 x 96-well, includes coupled magnetic beads, detection antibodies, standards, control, buffers, diluents, streptavidin-PE 96-well plate, and sealing tape for the detection of 40 human chemokines.

Human Inflammation Panel:  The Bio-Plex human inflammation panel consists of a wide range of assays to facilitate the study of pro- and anti-inflammatory cytokines in various conditions. Coupled magnetic capture beads, premixed detection antibodies, standards, quality control, detection antibody diluent HB, standard diluent HB, sample diluent HB, assay buffer, wash buffer, streptavidin-PE, 96-well flat bottom plate, sealing tape, and instructions, for the detection of 37 human inflammation biomarkers.

 Salient characteristics:

The items shall have the following characteristics:

  1. Fluorescently dyed magnetic microspheres (Magnetic beads) each with a distinct color code for simplified place processing.
  2. All in one premixed singe well.
  3. Provide results in 3 -4 hours
  4. Assay quick guide included to get started right away.
  5. Can be used with serum, plasma, culture media and lysates.
  6.  Require very little amount of serum or plasma (12.5 ul).

 

           

Quantity:  Two (2) kits of each

Delivery Date: 30 days after receipt of award

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.” 

 

Quote 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. 

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).

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.

NOTE: Please provide quotes valid through September 30, 2022. 

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. SAM Unique Entity Identifier (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:

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/

 

1. FAR Provision 52.212-1 Instructions to Offerors-Commercial Items (Sept 2021) is applicable to this solicitation. 

2. 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)] 

3. FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021), is applicable to this solicitation 

4. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018)

5. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 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), 

2.204-18 Commercial and Government Entity Code Maintenance (Aug 2020),

52.211-6, Brand Name or Equal (Aug 1999)

52.225-1, Buy America- Supplies (Nov 2021) (41 U.S.C chapter 83),

HHSAR 352.239-74, Electronic and Information Technology Accessibility Notice (Dec 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 completed copies as separate documents with their quotation.

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)

NIH Invoice and Payment Provisions

All responses must be received by September 9, 2022 at 10 am EST and must reference announcement / solicitation number 22-011585. Responses may be submitted electronically to Jacqueline Newman (jacqueline.newman@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.