NIA 22-011713

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
BD Flow cytometer antibody reagents.
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
6505
Estimated Period of Performance
NA
Delivery of Goods
30 days ARO
Set-Aside Status
Not Set Aside
Competition Status
Non-Competitive
Vendor Name
BD Biosciences
Vendor Address
2350 Qume Dr
San Jose, CA 95131-1812
Vendor Name
BD Biosciences
Address
2350 Qume Dr
San Jose, CA 95131-1812
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 at 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 with intent to award to BD Bioscience as the only vendor that is capable of providing the BD Flow cytometer antibody reagents.  

This is requirement is for BD antibodies for ongoing experiments at the National Institute on Aging, Laboratory of Molecular Biology & Immunology. LMBI has used these antibodies for the last few years and the antibodies were titrated to relevant doses. Furthermore, some specific panels have been designed with BD antibodies. The procedure to design a panel takes time and needs profound understanding, altering what we established will be difficult and will cost the IRP more money. Moreover, to maintain the integrity of our data that we already collected 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. Furthermore, BD Bioscience is the only company that has the polymer based multi-color fluorescent dyes and for multiparameter (> 25) flowcytometry assays these dyes are vital and essential. Moreover, these panels can be read on our existing FACSsymphony. This acquisition is restricted to BD Biosciences in order to be consistent with our data including the ability to compare the previous samples with the new ones as well as to be able to publish the results, we need to continue to use the same kits and technology.
Background/Description of Requirement

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 2202-07 dated August 10, 2022.

The purpose of this order is to purchase high parameter flow cytometer antibody reagents that are needed for the NIA GESTALT activation and signaling projects by the LMBI/NIA. These antibodies will be used in multiple HPS flow panels to identify cells and to measure the cytokines that these cells secrete. These panels will allow us to differentiate cells in the PBMC using surface staining and, by doing intracellular cytokine staining (ICS), we will achieve functional dynamics of immune cells.

The LMBI/NIA owns a high parameter flow cytometer, in which these antibody reagents will be used, is a powerful analytical tool to identify and analyze distinctive phenotypes in heterogeneous populations. Immune cells are highly dynamic in nature, for example, depending on milieu a CD4 T helper can secrete many cytokines as IFN-g, TNF-a, IL-9 and IL2 after activation. During activation the specific signaling cascades occur and dictate the functional outcome of a cell. With age it has been shown that human accumulate pro-inflammatory signatures. In current study our goal is to characterize the functional capabilities (cytokines) and signaling cascades at single cell levels in human PBMC of a 20 – 90 years old cohort. To achieve this, high dimension multicolor flowcytometry providing information of 25-26 parameters at single cell level is very instrumental. Staining with antibodies specific for cell specific surface markers will provide identity of cell from mixture of PBMCs, while intracellular cytokines and signaling phospho-protein staining provides a high-resolution information. Also, it has the capacity for rapid analysis of large numbers of cells required.

Purchase Description:  High parameter flow cytometer and compatible reagents – see salient characteristics below.

Salient CharacteristicsAll deliverables required under this contract shall be packaged, marked and shipped in accordance with Government specifications. At a minimum, all deliverables shall be marked with the contract number and Contractor name. The Contractor shall guarantee that all required materials shall be delivered in immediate usable and acceptable condition.

The Contractor shall provide the following characteristics in the antibody reagents:

  1. Intracellular and surface antibodies.
  2. These antibodies are dDesigned to work together per sample  as multicolor panel.
  3. Antibodies are cCompatible with our Symphony FACS machine
  4. Well established clones for different human cell types
  5. Novel fluorochromes for high parameter flowcytometry

Quantity: 

  • Hu IL-10 PE JES3-19F1 100Tst (1)
  • FastImmune IL-1-Alp FITC AS5 50 Tests (5)
  • Hu CD19 BUV496 SJ25C1 100Tst (1)
  • Hu CD123 PE-Cy5 9F5 100Tst (5)
  • Hu IL-8 PE-CF594 G265-8 50Tst (2)
  • FastImmune IL-1Beta PE AS10 50 Tests (5)
  • Hu CD27 BB515 M-T271 100Tst (2)
  • Hu IFN-Gma BV786 4S.B3 50Tst (4)
  • Hu CD45RA BV711 HI100 50Tst (2)
  • Hu HLA-DR BUV661 G46-6 100Tst (2)
  • Hu CD45RO BUV395 UCHL1 100Tst (3)
  • Hu CD69 PE-Cy7 FN50 100Tst (2)
  • Hu IFN-Alp2b Alexa 647 7N4-1 100Tst (3)
  • Hu IL-6 BV421 MQ2-13A5 50Tst (4)
  • Hu CD38 BB700 HIT2 100Tst (2)
  • Hu CD28 BV650 CD28.2 50ug (2)
  • Hu CD20 BUV805 2H7 100Tst (3)
  • Ms IgG1 Kpa ItCl BV605 X40 50ug (1)
  • Fixable Viability Stain 780 200ug (3)
  • Hu MIP-1Bta PE-Cy7 D21-1351 50Tst (3)
  • Hu TNF BV650 Mab11 50Tst (4)
  • Hu IL-17A PerCP-Cy5.5 N49-653 100Tst (4)
  • Hu MIP-1 BTA R718 D21-1351 100Tst (2)
  • Hu CD107A PE-Cy5 H4A3 25Tst (3)
  • Hu CD45RA BUV737 HI100 25Tst (2)
  • Hu CD14 BUV395 MPhiP9 100Tst (2)
  • Hu CD62L BB515 DREG-56 25Tst (2)
  • Hu CD19 APC HIB19 100Tst (4)
  • Hu Granzyme K Alexa 647 G3H69 100Tst (2)
  • Hu CD154 BV480 TRAP1 50ug (2)
  • Hu IL-2 APC-R700 MQ1-17H12 50Tst (3)
  • Hu MCP-1 Alexa 647 5D3-F7 50Tst (3)
  • Hu IL-9 PE-CF594 MH9A3 100Tst (1)
  • TBK1 (pS172) Alexa 488 J133-587 50Tst (1)
  • PDPK1(pS241)Alexa647 J66-653.44.17 50Tst (1)

Contract Type:  A Firm Fixed Price type order award not exceeding the Simplified Acquisition Threshold is anticipated to be awarded resulting from this requirement.

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. 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/

  • 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 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 (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), 
  • 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),
  • HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 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)
  • FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)
  • FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)
  • NIH Invoice and Payment Provisions

All responses must be received by September 7, 2022 at 2 pm EST and must reference announcement/ solicitation number NIA 22-011713. Responses may be submitted electronically to Carla Blalock (carla.blalock@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.