NIA 23-010859

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Microplate Reader
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
6515
Delivery of Goods
On or Before November 1, 2023
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 the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2023-04 dated June 2, 2023.  

The purpose of this acquisition is to purchase a EPOCH2 WTOUCH Screen and ABS Test Plate Microplate Reader. The National Institute on Aging (NIA), Laboratory of Behavioral Neuroscience (LBN), Neurocognitive Aging Section (NAS) conducts experiments which quantify the macromolecular content (protein, RNA, DNA or lipids) in rodent brain samples.  These molecular experiments require the precise quantification of macromolecules. Monochromator-based readers can measure wavelengths over a broad range (200-999 nm) which offers greater flexibility compared to filter-based plate readers, allowing for more comprehensive coverage.  The NAS requires a new microplate reader capable of absorbances from 190 nm to 1000 nm and offering a validation plate for ongoing scientific experiments.  

Purchase Description:  EPOCH2 WTOUCH Screen and ABS Test Plate

Salient characteristics

  • Must be compatible with 6- to 384-well microplates
  • Must have wavelength range from 200 nm to 999 nm, selectable in 1 nm increments
  • Must perform end point, kinetic, well area scanning and spectral scanning measurements
  • Must have linear, orbital and double-orbital plate shaking
  • Must detect ODs up to 4.00 OD
  • Must have option for a touchscreen interface with onboard software including predefined common protocols
  • Must include PC software for advanced data analysis
  • Must be compatible with 2 μL low-volume microplate accessory, with 16- or 48-sample microspots for direct nucleic acid quantification and other applications
  • Must have an option for a standard cuvette port
  • Must have temperature control to 65 °C with a 4-zone temperature control system, with uniformity across the microplate of 37 °C ± 0.5 °C to limit edge effects in incubated assays
  • Must have temperature gradient option to prevent condensation in lidded plates
  • Must read 96 wells in 8 seconds
  • Must be compatible with major automated microplate handling systems
  • Must have USB flash drive port for data transfer
  • Must have available USB printer for data output

Quantity:  One (1) EPOCH2 WTOUCH Screen and One (1) ABS Test Plate

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.

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 (June 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) 3. NIH Invoice and Payment Provisions
  4. NIH Invoice and Payment Provisions 

All responses must be received by 9/16/2023, at 12:00 PM EST and must reference announcement/solicitation number 23-010859. 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.