NIA 23-010397

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Consumables, reagents, and tools to be used on the SomaLogic
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Carla
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
Delivery of Goods
30 Days After Award
Set-Aside Status
Not Set Aside
Competition Status
Brand Name Only
Single-Sole Source Determination
Statutory Authority: This acquisition is conducted under the authority of the Federal Acquisition Regulations (FAR) Subpart 13.106-1 (b) Soliciting from a single source. (1) For purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, or industrial mobilization).

The essential characteristics of the consumables (Matrix 500uL screw top tubes in racks), reagents (Acetonitrile) and tools (Matrix tube decapper and barcode reader) to be used on the installation and performance of SomaLogic platform that limit the availability to a brand name are these items will be used to run SomaScan assay, in particular the Matrix tube decapper, barcode reader will be used to prepare and track samples, and Matrix 500uL screw top tubes will be used in the TECAN EVO15/Fluent 870 automated system to load the samples. Other comparable products will not meet the needs of this requirement.
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 2023-05 dated September 7, 2023.

The purpose of this acquisition is to purchase consumables, reagents, and tools for use with SomaLogic at the National Institute on Aging (NIA) Translational Gerontology Branch (TGB).  The Translational Gerontology Branch (TGB) lab requires the use of the SomaLogic platform for ongoing and developing projects that include in depth proteomics analysis of human plasma samples, skeletal muscle biopsies and sorted white blood cell populations. This gives a unique opportunity to run in depth screening that is critical for normal biological system operation.  SomaScan 7K kits can achieve a high level of multiplexing while maintaining exceptional data quality thanks to their aptamer technology. The SomaScan Assay is a highly multiplexed, aptamer-based proteomic platform. It is a proteomic platform that uses Slow Off Rate Modified Aptamers (called SOMAmer® reagents) to provide 7,000 highly reproducible measurements of circulating proteins from a single sample of plasma (55 ul), serum, urine, and other matrices. SOMAmer reagents, the protein-specific binding reagents are selected via the SELEX process by their ability to strongly bind to a protein target. Reproducibility and stability of the SomaScan Assay is regularly tested to maintain consistency over time and from assay to assay. The proprietary SomaScan Assay measures proteins with high specificity, high throughput, and high reproducibility, which enables the possibility of faster, more precise drug discovery. The consumables (Matrix 500uL screw top tubes in racks), reagents (Acetonitrile) and tools (Matrix tube decapper and barcode reader) requested are part of the requirements for the installation and performance of SomaLogic platform. These items will be used to run SomaScan assay, in particular the Matrix tube decapper, barcode reader will be used to prepare and track samples, and Matrix 500uL screw top tubes will be used in the TECAN EVO15/Fluent 870 automated system to load the samples. The acenitrileand will be added to Oligo aCGH/ChIP-on-Chip Wash Buffer 1 and Wash Buffer 2 in the final step of the SomaScan Assay. These consumables, reagents, and tools will allow the lab to perform measurements of circulating proteins in plasma, serum, urine, and other samples.

Purchase Description: 

HSX-HHD-WP1D-505

Screwtube 500UL W/CAP S 

Acetonitrile Optima Grade 4L 

Salient characteristics:

  • Compatible with TECAN EVO150/Fluent 780
  • Eliminates the need to reformat non-2D cryotube samples 
  • Secures sample tracking with 2D, 1D, and human readable codes 
  • Cap/decap a full rack of tubes in less than 1 minute 
  • Scans 96 tubes in as little as 1 second with advanced and premium starter packs 
  • Ensures quality with ISO-7 class cleanroom– manufactured tubes with sterility assurance
  • Tubes are constructed of virgin class VI medical grade polypropylene
  • ScrewTop caps feature a soft silicone gasket that conforms to mating surfaces to ensure sample preservation
  • Racks are constructed of sturdy acrylonitrile butadiene styrene (ABS) to protect tubes in case of accidental dropping
  • ScrewTop Tubes are compatible with storage down to -196ºC
  • Permanent, unique 2D barcode is laser-etched on the bottom of each tube
  • 2D barcode allows you to scan and decode tubes at once without removing them from the rack, and allows data to be associated with each tube
  • ANSI-format latch racks maximize storage space and are compatible with multichannel manual pipettes or automated liquid handling equipment
  • Can manipulate a single tube, 8 tubes, or 96 tubes at a time 
  • Every 2D barcode is scanned for readability
  • Every 2D barcode is checked against the database of all previous  barcodes from the contractor to ensure there are zero duplicates 
  • Each tube is leak tested to ensure tube integrity and sample security
  • All tubes are supplied free from DNA, RNase, DNase, endotoxins and cytotoxins

Quantity:

One (1) HSX-HHD-WP1D-505 (Acetonitrile OPTIMA GRADE 4L, >-99.9%)

Five (5) Screwtube 500UL W/CAP (Matrix 500uL screw top tubes, 5 racks per case)

One (1) Acetonitrile Optima Grade 4L (Starter pack tube decapper and barcode reader) 

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, if applicable:
  5. SAM 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:

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.

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 (Mar 2023) 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 (September 2023) 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. FAR 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).
  8. FAR 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023)

The following provisions and clauses apply to this acquisition and are available 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 September 25, 2023 at 12:00 PM and must reference announcement / solicitation number NIA 23-010397. Responses may be submitted electronically to Carla Blalock at 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.