NIA 23-002818

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

Contact Points

Primary Contract Specialist

CARLA J
BLALOCK
carla.blalock@nih.gov

Secondary Contracting Officer

Wiwa
Lui
wiwa.lui@nih.gov
NAICS Code Number
334516
Analytical Laboratory Instrument Manufacturing
Small Business Size Standard
1000 Employees
FPDS Classification Code
6640
Estimated Period of Performance
NA
Delivery of Goods
30 days ARO
Set-Aside Status
Not Set Aside
Competition Status
Competitive
Background/Description of Requirement

This acquisition is being conducted under Federal Acquisition Regulations (FAR) Part 13 – Simplified Acquisition Procedures and FAR Part 12—Acquisition of Commercial Items, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2023-01 dated December 30, 2022.

This acquisition is for a NanoDrop Eight Spectrophotometer to facilitate high-throughput DNA measurement. This instrument is needed to measure extracted DNA and RNA from participants in several National Institute on Aging (NIA) studies, including but not limited to, the Baltimore Longitudinal Study of Aging (BLSA), Gestalt and Healthy Aging in Neighborhoods of Diversity across the Life Span (HANDLS).  

The NIA Clinical Core lab’s DNA/RNA lab recently transitioned to a high-throughput automated DNA and RNA extraction system. This new system provides a larger number of DNA and RNA samples in a short amount of time, necessitating the purchase of a spectrophotometer that can accommodate more than one sample at a time. This new instrument will allow the DNA/RNA lab to accurately analyze up to eight (8) individual 1 µl samples in one measurement cycle, thereby satisfying this need.

Generic Name of Product:  NanoDrop Eight Spectrophotometer

Salient Characteristics:  

  • Detector Type: 2048-element CMOS linear image sensor
  • Lamp: Xenon flash lamp
  • Sample Volume: 1 - 2 uL
  • Wavelength Accuracy: +/- 1 nm
  • Absorbance Range: 0.04-200 Abs (10 mm equivalent)
  • Enables users to measure 8-samples at a time using an array of stainless-steel pedestals.
  • Uses a sample retention system that enables direct measurements of sample loaded directly onto a polished stainless-steel pedestal and allows for easy.
  • Supports the following applications: Nucleic Acid A260 (includes A260/A280, A260/A230
  • purity ratio information), Protein A280, and UV-Vis.
  • Measures 1-2 µL of high- and low-concentration samples without need of containment
  • devices like cuvettes, slides, chips, and accessories.
  • Auto-ranging multi-pathlength technology allows for measurement of highly concentrated samples (e.g., up to 10,000 ng/µL dsDNA and 145 mg/mL IgG) and eliminates the need for
  • sample dilutions.
  • Includes Auto-Blank, Auto-Measure, Sample ID Import, and Column Auto Advance options
  • for increased efficiency, allowing users to measure 96 samples in under 6 minutes.
  • Has sample Intelligence technology that can identify certain contaminants in nucleic acid and protein samples and distinguishes mammalian DNA from mammalian RNA; reports corrected concentration of analyte.

Quantity: One (1)

Delivery Date: Thirty (30) days after receipt of purchase order.

 

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), 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.

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
  5. SAM 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 (Nov 2021) is applicable to this solicitation.
  2. 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)].
  3. FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Dec 2022), is applicable to this solicitation.
  4. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (Dec 2022), is applicable to this solicitation.
  5. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dec 2022) is applicable to this solicitation. 

In addition, the following FAR provisions and clauses are applicable to this solicitation and incorporated by reference:

  1. 52.204-7 System for Award Management (Oct 2018),
  2. 52.204-13 System for Award Management Maintenance (Oct 2018),
  3. 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020),
  4. 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020),
  5. 52.211-6, Brand Name or Equal (Aug 1999),
  6. 52.225-1, Buy American-Supplies (Oct 2022) (41 U.S.C. chapter 83),
  7. 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.

  1. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
  2. FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
  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 January 16, 2023 at 12:00 pm EST and must reference announcement/ solicitation number NIA-23-002818. 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.