Brand Name or Equal - Assist Plus equipment from Integra Bioscience

expired opportunity(Expired)
From: Federal Government(Federal)
NIAID-RFQ-2122536

Basic Details

started - 17 May, 2022 (23 months ago)

Start Date

17 May, 2022 (23 months ago)
due - 24 May, 2022 (23 months ago)

Due Date

24 May, 2022 (23 months ago)
Bid Notification

Type

Bid Notification
NIAID-RFQ-2122536

Identifier

NIAID-RFQ-2122536
HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Customer / Agency

HEALTH AND HUMAN SERVICES, DEPARTMENT OF (26765)NATIONAL INSTITUTES OF HEALTH (10832)NATIONAL INSTITUTES OF HEALTH NIAID (1797)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Acquisition Description: This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 “Streamlined Procedures for Evaluation and solicitation for commercial Items,” as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The combined synopsis/solicitation number is NIAID-RFQ-2122536 and this is issued as a Request for Quotes (RFQ), under Brand Name or Equal that is considered full and open competition.This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-04, January 30, 2022. The North American
Industry Classification System (NAICS) code for this procurement is 334516 - Analytical Laboratory Instrument Manufacturing (Size Standard 1000).This requirement IS NOT SET-ASIDE for small business.BRAND NAME OR EQUAL: NIAID requests responses from qualified sources capable of providing the requirements as outlined. To be considered for award, vendors of “equal” products, including “equal” products of the brand-name manufacturer, must meet the criteria for the salient characteristics of the items specified below. If providing an equal product(s), please supply descriptive data for evaluation purposes to determine the validity of how it is an EQUAL.Project Description:NIAID’s Vaccine Immunology Program (VIP) aids the Vaccine Research Center (VRC) (collectively “Program”) by supporting the development of monoclonal antibodies and vaccines for infectious diseases such as HIV, Influenza, Ebola, and the SARS-CoV-2 Coronavirus. Support is through the state-of-the-art laboratory performing Phase 1 and Phase 3 clinical end point testing to inform further study designs, research questions and vaccine modification and design. As the threat of COVID-19 continues in the international community with new variants emerging every week, the need for a safe and efficacious monoclonal antibody therapy at an accelerated timeline is a health care priority. As a part of the broader strategy to accelerate the development of monoclonal antibodies as therapy for targeting SARS CoV-2 spike and its newly emerging variants, VIP has identified the electrochemiluminescent (ECL) assay format as the most reliable and sensitive assay system that offers high dynamic range in the detection of antibodies isolated specific to SARS CoV2 spike (S2P). Specifically, the VIP is in the process of developing an assay for detection of binding antibodies to subdomains of the spike such as RBD, NTD, S1 and S2, which offers high throughput measurement of immune responses elicited by infections. These assays are run in 96-well and 384-well plate-based formats that require multiple washing steps. To assist in this effort, Program requires the use of a specific type of liquid handling system manufactured by Integra Biosciences Corp. that consists of the Assist Plus liquid handling/pipetting robot and other components and supplies).Requirements:As the VIP receives samples from various sources and in various formats, the VIP requires Integra Bioscience’s system with the Assist Plus equipment that has the versatility to adjust the multichannel pipettor spacing in an automated manner is absolutely essential to increase throughput. This advantage is unique to the Integra system. Other systems that were researched would require that single channel pipettors be used that slows throughput below the rate of what can be done manually. This Integra liquid handler also allows for interchanging of the pipettor used between manual and automated processes - ensuring consistency between manual and automated processes and the capacity to change the unit deck to allow for increased throughput according to the experimental needs. There are also compatibility concerns with existing equipment. Program currently uses products produced by Integra such as pipettes and pipetting equipment (communication modules, charging stands, etc.). Program requires products that are verified and guaranteed to work with existing Integra products that are used by Program’s laboratory, works with Integra protocols, and requires little to no retraining in their use.Description:Pipette Communication Module for VIAFLO / VOYAGER PipettesASSIST PLUS Base UnitVOYAGER Pipette 8-Channel, 2 - 50 μl4 Position Portrait DeckRack for Cryogenic Tubes, 6 x 8 TubesVOYAGER Pipette 12-Channel, 2 - 50 μlVOYAGER Pipette 12-Channel, 5 - 125 μlVOYAGER Pipette 8-Channel, 10 - 300 μlVOYAGER Pipette 8-Channel, 50 - 1250 μlVOYAGER Pipette 6-Channel, 10 - 300 μlCarousel Charging Stand for 4 Pipettes with Mains AdapterInstallation and Training ASSIST PLUSSee Bill of Materials (BOM) for more details.Place of Performance: Vaccine Research Center, 9 West Watkins Mill Road, Suite 150, Gaithersburg, MD 20878FOB: DestinationSubmission shall be received not later than May 24, 2022 @ 4:00 PM ESTOffers may be e-mailed to Lu Chang at <lu-chang.lu@nih.gov>, Offers shall include NOI number in the subject line (NIAID-NOI-2125046). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All responsible sources may submit an offer that will be considered by this Agency.  Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Lu Chang at <lu-chang.lu@nih.gov>.-----------------------------------------------------------------------------------------------------------------------------------------------------------------------By submitting a response to this RFQ, your facility is accepting that the following Government Terms and Conditions shall prevail over the purchase order award:The following FAR provisions apply to this acquisition: 52.211-6 BRAND NAME OR EQUAL (AUG 1999)(a) If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation.(b) To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must-(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;(2) Clearly identify the item by-(i) Brand name, if any; and(ii) Make or model number;(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and(4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications.(c) The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.(d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation.52.252-1 Solicitation Provisions Incorporated by Reference. (Feb 1998)This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/FAR 52.204-7 System for Award Management (OCT 2018)FAR 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020)FAR 52.212-1 Instructions to Offerors Commercial Items (NOV 2021)FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (NOV 2021)FAR 52.229-11 Tax on Certain Foreign Procurements—Notice and Representation (Jun 2020)FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements – Representation (JAN 2017)FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)FAR 52.204–26 Covered Telecommunications Equipment or Services-Representation(OCT 2020)The following FAR contract clauses apply to this acquisition:52.252-2 -- Clauses Incorporated by Reference. (FEB 1998)This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address:  http://farsite.hill.af.mil/vffara.htmFAR 52-212-4 Contract Terms and Conditions Commercial Items (NOV 2018)FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JAN 2022) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting.FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021)FAR 52.204-13 System for Award Management Maintenance (OCT 2018)FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)Health and Human Services Acquisition Regulations (HHSAR)The following additional Health and Human Services Acquisition Regulations (HHSAR) clauses are applicable to this requirement, copies are available from http://www.hhs.gov/policies/hhsar/:Provisions352.239-73 Electronic and Information Technology Accessibility Notice (December 18, 2015)Clauses352.203-70 Anti-Lobbying (December 18, 2015)352.208-70 Printing and Duplication (December 18, 2015)352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)352.239-74 Electronic and Information Technology Accessibility (December 18, 2015)The following additional provisions and clauses are applicable to this requirement and provided in full text as Attachments:FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)FAR 52.209-7, Information Regarding Responsibility Matters (Oct 2018)FAR 52.212-1 Instructions to Offerors-Commercial Items (Jul 2021) (Tailored)FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021)FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Sep 2021)By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov).Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax.

Rockville ,
 MD  20852  USALocation

Place Of Performance : N/A

Country : United StatesState : MarylandCity : Rockville

You may also like

Brand Name or Equal: Attana automated sample-robot for Attana Cell 200/250 System

Due: 08 Dec, 2024 (in 7 months)Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF

BRAND NAME OR EQUAL SZX10 MICROSCOPE AND ACCESSORIES

Due: 12 Sep, 2024 (in 4 months)Agency: NATIONAL INSTITUTES OF HEALTH

Classification

naicsCode 334516Analytical Laboratory Instrument Manufacturing
pscCode 6640Laboratory Equipment and Supplies