Procurement of two Monolith or Equivalent Instruments for Measuring the Binding Affinities of a Variety of Proteins by Microscale Thermophoresis

expired opportunity(Expired)
From: Federal Government(Federal)
75N91020Q00025

Basic Details

started - 31 Mar, 2020 (about 4 years ago)

Start Date

31 Mar, 2020 (about 4 years ago)
due - 10 Apr, 2020 (about 4 years ago)

Due Date

10 Apr, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
75N91020Q00025

Identifier

75N91020Q00025
HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Customer / Agency

HEALTH AND HUMAN SERVICES, DEPARTMENT OF (26939)NATIONAL INSTITUTES OF HEALTH (10892)NIH National Cancer Institute (286)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
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.

The U.S. Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Cell Biology (LCB), requires the procurement of two instruments — one with label-free detection by thermophoresis and one with labeled detection by thermophoresis — for measuring the binding affinities of a variety of proteins.This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice, and shall be processed in accordance with FAR subpart 13.5 - Simplified Acquisition Procedures for Certain Commercial Items. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation, 75N91020Q00025, is issued as a request for quote (RFQ) and includes all applicable provisions and clauses in effect through FAR Federal Acquisition Circular (FAC)
2020-05 (03-30-2020) , simplified acquisition procedures for commercial items. The North American Industry Classification System code is 334516 and the business size standard is 1,000 employees. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE.1.0 BRAND NAME OR EQUALThis requirement is for the procurement of the brand name or equivalent instruments described in section 4.0. The Federal Acquisition Regulation (FAR) provision FAR 52.211-6, Brand Name or Equal (AUG 1999) is applicable to this requirement.2.0 BACKGROUNDThe U.S. Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Cell Biology (LCB), requires the procurement of two instruments — one with label-free detection by thermophoresis and one with labeled detection by thermophoresis — for measuring the binding affinities of a variety of proteins.   Several LCB researchers study binding affinity to learn about structural biology, structure-function relationships, and the intermolecular interactions that drive biological processes. The affinity values can guide decisions about the biological relevance of a particular molecule, such as whether the molecule under investigation warrants further screening or characterization.Not all detection methods currently available to LCB allow for accurate affinity measurements of critical protein pathways and targets. Protein-small molecule interactions are important for discovery of novel therapeutic drugs. Additionally, better understanding protein-protein interactions helps better explain the underlining protein pathways. It is because of this void in LCB’s existing technologies that NCI is seeking additional instruments to facilitate both labeled and label-free determination of binding affinities. Some situations require labels (fluorescent probes that attach to a target), so that LCB can identify these targets of interest. The need for a labeled method is driven by the need for flexibility to measure protein-protein interactions, and other interactions in more realistic matrices (cell lysate, serum, plasma, or other complex bioliquids). Other cases require label-free detection, where LCB can detect the tryptophan intrinsic to a target, as non-intrinsic labels themselves can perturb a measurement. LCB’s label-free need is driven by protein-small molecule interactions, looking for targeted therapies, and their respective affinities to their targets.3.0 TYPE OF ORDERThis is a Firm-Fixed-Price Purchase Order.4.0 PRODUCT FEATURES/SALIENT CHARACTERISTICSThe following product features/characteristics are required:Both instruments shall measure binding affinities by measuring microscale thermophoresis (MST). This method is based on the measurement of the movement of molecules in microscopic temperature gradient. This mode of measurement is complementary to existing technologies in the lab.Each instrument shall include control software, instrument control computers, and data analysis software.One (1) NT.LabelFree Label-free instrument:The Label-free instrument shall use an infrared radiation (IR) laser to generate thermophoresis, and detect the protein where an intrinsic probe, Tryptophan, is excitable using ultraviolet (UV). The instrument shall measure protein-small molecule interactions. LCB requires thermophoresis to determined bound and unbound states of notoriously unstable biomolecules. Measuring difficult biomolecule targets in a label-free format is incredibly important for certain protein-small molecule interactions where labels are not possible or affect small molecule binding.The instrument shall measure binding affinities (Kd) from 10 nanomolar to 500 millimolar. The instrument shall require a minimum of 4 microliters (µl) per data point. Purified proteins can be difficult to obtain, so the quantity used in experiments can be limiting. Therefore, LCB requires measurements on small sample quantities.The instrument shall be immobilization-free. The ability to measure binding without immobilization to a surface provides an environment closer to the native environment for the interaction. Immobilization risks problems by sterically interfering with the interaction limits the experimental range to molecules that allow immobilization.Measurements shall be able to be completed in 30 minutes or less to increase throughput of measurements. As assays will be performed for screening small molecule inhibitors, it is not feasible for measurements to require hours of run time for the large number of measurements to be made.The instrument shall be able to measure binding affinities for molecules with molecular weight range of 101 – 107 Daltons and size range of 0.1 nanometer – 1 micrometer. These are the ranges of molecules that need to be analyzed in the laboratory.The instrument shall be capable of temperature control in the range 22-45 (± 0.3) °C. The ability to precisely control the temperature is critical particularly for comparing across multiple protein mutation states or small molecule interactions, as binding reactions are sensitive to conditions.The instrument shall be able to analyze up to 16 samples per run. Medium-throughput analysis capabilities are required for protein-drug screening experiments that will be regularly performed.The label-free instrument shall not exceed 13 inches wide x 18 inches high x 20 inches deep. These dimensions are required to fit in the available laboratory space.One (1) NT.115 Blue/Red Labeled instrument:The Labeled instrument shall use an infrared (IR) laser to generate thermophoresis and detect the protein where a non-intrinsic probe is excitable using visible wavelength (excite 488nm (blue) and (647nm (red)). LCB requires this to measure protein-protein interactions, which would not be possible using the label-free, UV-detection of tryptophan.The instrument shall measure binding affinities (Kd) from 1 nanomolar to 500 millimolar. The instrument shall require 1-10 nanomolar of the labeled interactor and a dilution series of the unlabeled binding partner starting at 20-fold higher than the expected Kd. The instrument shall require a minimum of 4 microliters of labeled interactor per data point. Purified proteins can be difficult to obtain, so the quantity used in experiments can be limiting. Therefore, there is a need for measurements on small sample quantities.The instrument shall be immobilization-free. The ability to measure binding without immobilization to a surface provides an environment closer to the native environment for the interaction. Immobilization risks problems by sterically interfering with the interaction limits the experimental range to molecules that allow immobilization.Measurements shall be able to be completed in 30 minutes or less to increase throughput of measurements. As assays will be performed for screening small molecule inhibitors, it is not feasible for measurements to require hours of run time for the large number of measurements to be made.The instrument shall be able to measure binding affinities for molecules with molecular weight range of 101 – 107 Daltons and size range of 0.1 nanometer – 1 micrometer. These are the ranges of molecules that need to be analyzed in the laboratory.The instrument shall be capable of temperature control in the range 22-45 (± 0.3) °C. The ability to precisely control the temperature is critical particularly for comparing across multiple protein mutation states or small molecule interactions, as binding reactions are sensitive to conditions.The instrument shall be able to analyze up to 16 samples per run. Medium-throughput analysis capabilities are required for protein-drug screening experiments that will be regularly performed.The instrument shall not exceed 13 inches wide x 18 inches high x 20 inches deep. These dimensions are required to fit in the available laboratory space.Labeled experiments shall be performed in cell lysate or complex bioliquids. Experiments using cell lysate is important to be able to study binding interactions under more physiological conditions.4.1 DELIVERY / INSTALLATIONDelivery shall be within 90 business days of purchase order award. All shipping/handling (including FOB) and delivery/installation fees shall be included in the quote. Upon delivery, the Contractor shall notify the NCI Contracting Officer Representative (COR), TBD at award, to schedule the installation date and time that shall occur within 14 business days after delivery. Installation shall be performed by, or under the direct supervision of, a certified operator. The Contractor shall deliver and install the equipment at the following address:ATTN: TBD at awardLaboratory of Cell BiologyCenter for Cancer ResearchNational Cancer InstituteNational Institutes of Health37 Convent DriveBuilding 37, Rm 2140Bethesda, MD 20892E-mail: TBD at awardTelephone: TBD at award4.2 TRAININGWithin 30 business days after installation, 1 day of training shall be provided on site for at least one primary user for each instrument (i.e., two days of training total). All training expenses, including materials and/or travel expenses, shall be included in the quoted price.4.3 WARRANTYA minimum of 12-months warranty from the date of installation shall be included, which covers the cost of repair and/or replacement, including labor or any defect in workmanship or parts.5.0 PAYMENTPayment shall be made upon delivery, inspection and acceptance by the Government. Payment authorization requires submission and approval of invoices to the NCI COR and NIH OFM, in accordance with the payment provisions listed below:The following clause is applicable to all Purchase Orders, Task or Delivery Orders, and Blanket Purchase Agreement (BPA) Calls: PROMPT PAYMENT (JAN 2017) FAR 52.232-25. Highlights of this clause and NIH implementation requirements follow:I          INVOICE REQUIREMENTSA. An invoice is the Contractor's bill or written request for payment under the contract for supplies delivered or services performed.  A proper invoice is an "Original" which must include the items listed in subdivisions 1 through 12, below, in addition to the requirements of FAR 32.9.  If the invoice does not comply with these requirements, the Contractor will be notified of the defect within 7 days after the date the designated billing office received the invoice (3 days for meat, meat food products, or fish, and 5 days for perishable agricultural commodities, dairy products, edible fats or oils) with a statement of the reasons why it is not a proper invoice.  (See exceptions under II., below.)  Untimely notification will be taken into account in the computation of any interest penalty owed the Contractor.Vendor/Contractor:  Name, Address, Point of Contact for the invoice (Name, title, telephone number, e-mail and mailing address of point of contact).Remit-to address (Name and complete mailing address to send payment).Remittance name must match exactly with name on original order/contract.  If the Remittance name differs from the Legal Business Name, then both names must appear on the invoice.Invoice date.Unique invoice #s for all invoices per vendor regardless of site.NBS document number formats must be included for awards created in the NBS:  Contract Number; Purchase Order Number; Task or Delivery Order Number and Source Award Number (e.g., Indefinite Delivery Contract number; General Services Administration number); or, BPA Call Number and BPA Parent Award Number.Data Universal Numbering System (DUNS) or DUNS + 4 as registered in the Central Contractor Registration (CCR).Federal Taxpayer Identification Number (TIN).  In those exceptional cases where a contractor does not have a DUNS number or TIN, a Vendor Identification Number (VIN) must be referenced on the invoice.  The VIN is the number that appears after the contractor’s name on the face page of the award document.Identify that payment is to be made using a three-way match.Description of supplies/services that match the description on the award, by line billed.*Freight or delivery charge must be billed as shown on the award.  If it is included in the item price do not bill it separately.  If identified in the award as a separate line item, it must be billed separately.Quantity, Unit of Measure, Unit Price, Extended Price of supplies delivered or services performed, as applicable, and that match the line items specified in the award.** NOTE:  If your invoice must differ from the line items on the award, please contact the Contracting Officer before submitting the invoice.  A modification to the order or contract may be needed before the invoice can be submitted and paid.B. Shipping costs will be reimbursed only if authorized by the Contract/Purchase Order.  If authorized, shipping costs must be itemized.  Where shipping costs exceed $100, the invoice must be supported by a bill of lading or a paid carrier's receipt.C. Mail an original and 1 copy of the itemized invoice to:National Institutes of HealthOffice of Financial Management, Commercial Accounts2115 East Jefferson Street, Room 4B-432, MSC 8500Bethesda, MD 20892-8500For inquiries regarding payment call: (301) 496-6088In order to facilitate the prompt payment of invoices, it is recommended that the vendor submit a photocopy of the invoice to the “Consignee” designated for the acquisition in blocks 6A – 6E of the face page of the Order/Award document.II. INVOICE PAYMENTA. Except as indicated in paragraph B., below, the due date for making invoice payments by the designated payment office shall be the later of the following two events:1. The 30th day after the designated billing office has received a proper invoice.2. The 30th day after Government acceptance of supplies delivered or services    performed.B.    The due date for making invoice payments for meat and meat food products, perishable agricultural commodities, dairy products, and edible fats or oils, shall be in accordance with the Prompt Payment Act, as amended.III.           INTEREST PENALTIESA.    An interest penalty shall be paid automatically, if payment is not made by the due date and the conditions listed below are met, if applicable.1. A proper invoice was received by the designated billing office.2. A receiving report or other Government documentation authorizing payment was processed and there was no disagreement over quantity, quality, or contractor    compliance with a term or condition.3. In the case of a final invoice for any balance of funds due the contractor for supplies delivered or services performed, the amount was not subject to further settlement    actions between the Government and the Contractor.B. Determination of interest and penalties due will be made in accordance with the provisions of the Prompt Payment Act, as amended, the Contract Disputes Act, and regulations issued by the Office of Management and Budget.IV. PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS, FAR 52.232-40 (DEC 2013)a. Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. b. The acceleration of payments under this clause does not provide any new rights under the prompt Payment Act.Include the substance of this clause, include this paragraph c, in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items.6.0 CLAUSES AND PROVISIONSFAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (MAR 2020)(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:           (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017)       (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).           (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).           (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a)(1)(A) of Pub. L. 115-232).           (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).           (5) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).           (6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805note)).(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:_X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509)).___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)_X_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note).___ (5) [Reserved].___ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C)._X_ (8) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101note).___ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313).___ (10) [Reserved].___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Mar 2020) (15 U.S.C.657a).                  ___ (ii) Alternate I (Mar 2020) of 52.219-3.___ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Mar 2020) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).                  ___ (ii) Alternate I (Mar 2020) of 52.219-4.___ (13) [Reserved] _X_ (14) (i) 52.219-6, Notice of Total Small Business Set-Aside (Mar 2020) (15 U.S.C.644).                  ___ (ii) Alternate I (Mar 2020).                   ___ (iii) Alternate II (Nov 2011).___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (Mar 2020) (15 U.S.C. 644).                   ___ (ii) Alternate I (Mar 2020) of 52.219-7.                   ___ (iii) Alternate II (Mar 2004) of 52.219-7._X_ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)).___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Mar 2020) (15 U.S.C. 637(d)(4)).                   ___ (ii) Alternate I (Nov 2016) of 52.219-9.                   ___ (iii) Alternate II (Nov 2016) of 52.219-9.                   ___ (iv) Alternate III (Mar 2020) of 52.219-9.                   ___ (v) Alternate IV (Aug 2018) of 52.219-9_X_ (18) 52.219-13, Notice of Set-Aside of Orders (Mar 2020) (15 U.S.C. 644(r)). _X_ (19) 52.219-14, Limitations on Subcontracting (Mar 2020) (15 U.S.C.637(a)(14)).___ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Mar 2020) (15 U.S.C. 657f)._X_ (22)(i) 52.219-28, Post Award Small Business Program Rerepresentation (Mar 2020) (15 U.S.C. 632(a)(2)).                  ___ (ii) Alternate I (MAR 2020) of 52.219-28.___ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Mar 2020) (15 U.S.C. 637(m)).___ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Mar 2020) (15 U.S.C. 637(m))._X_ (25) 52.219-32, Orders Issued Directly Under Small Business Reserves (Mar 2020) (15 U.S.C. 644(r))._X_ (26) 52.219-33, Nonmanufacturer Rule (Mar 2020) (15 U.S.C. 637(a)(17))._X_ (27) 52.222-3, Convict Labor (June 2003) (E.O.11755). _X_ (28) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2020) (E.O.13126)._X_ (29) 52.222-21, Prohibition of Segregated Facilities (Apr 2015)._X_ (30) (i) 52.222-26, Equal Opportunity (Sept 2016) (E.O.11246).                   ___ (ii) Alternate I (Feb 1999) of 52.222-26._X_ (31)(i) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).                     ___ (ii) Alternate I (July 2014) of 52.222-35._X_ (32) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C.793).                   ___ (ii) Alternate I (July 2014) of 52.222-36._X_ (33) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).___ (34) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).___ (35)(i) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627).                   ___ (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter78 and E.O. 13627).___ (36) 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)___ (37) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)___ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693).___ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693).___ (40) (i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514).                  ___ (ii) Alternate I (Oct 2015) of 52.223-13.___ (41) (i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (Jun 2014) (E.O.s 13423 and 13514).                  ___ (ii) Alternate I (Jun 2014) of 52.223-14._X_ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).___ (43) (i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514).                  ___ (ii) Alternate I (Jun 2014) of 52.223-16.___ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513).___ (45) 52.223-20, Aerosols (Jun 2016) (E.O. 13693).___ (46) 52.223-21, Foams (Jun 2016) (E.O. 13693).___ (47) (i) 52.224-3 Privacy Training (Jan 2017) (5 U.S.C. 552 a).                 ___ (ii) Alternate I (Jan 2017) of 52.224-3.___ (48) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83)._X_ (49) (i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43.                          ___ (ii) Alternate I (May 2014) of 52.225-3.                         ___ (iii) Alternate II (May 2014) of 52.225-3.                         ___ (iv) Alternate III (May 2014) of 52.225-3.___ (50) 52.225-5, Trade Agreements (Oct 2019) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).___ (51) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the        Office of Foreign Assets Control of the Department of the Treasury).___ (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).___ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).___ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150)._X_ (55) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C.4505, 10 U.S.C.2307(f)).___ (56) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C.4505, 10 U.S.C.2307(f)).___ (57) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332).___ (58) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C.3332).___ (59) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C.3332).___ (60) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).___ (61) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(13)).___ (62) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631).                  ___ (ii) Alternate I (Apr 2003) of 52.247-64.                  ___ (iii) Alternate II (Feb 2006) of 52.247-64.(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:            ___ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495).            ___ (2) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67).            ___ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).            ___ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67).            ___ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).            ___ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67).            _X_ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67).            ___ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).            ___ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706).            ___ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792).(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation.           (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract.           (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart  4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.           (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.      (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)(iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).(iv) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a)(1)(A) of Pub. L. 115-232)(v) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C.637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.(vi) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.(vii) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).(viii) 52.222-26, Equal Opportunity (Sept 2015) (E.O.11246).(ix) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C.4212).(x) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C.793).(xi) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C.4212)(xii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.(xiii) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67).(xiv) (A) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O 13627).          (B) Alternate I (Mar 2015) of 52.222-50(22 U.S.C. chapter 78and E.O 13627)(xv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67).(xvi) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67).(xvii) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989).(xviii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).(xix) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706).(xx) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).         (B) Alternate I (Jan 2017) of 52.224-3.(xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).(xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.(xxiii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx.1241(b) and 10 U.S.C.2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.(2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.FAR 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/these address(es): http://www.acquisition.gov/far/ and/or http://www.hhs.gov/policies/hhsar/.FEDERAL ACQUISITION REGULATION (FAR) (48 CFR CHAPTER 1) PROVISIONS:Clause No.                           TitleFAR 52.203-17                   CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM                                                  EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014)FAR 52.203-18                   PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL                                                 CONFIDENTIALITY AGREEMENTS OR STATEMENTS-REPRESENTATION (JAN 2017)FAR 52.203-19                   PROHIBITION ON REQUIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR                                                  STATEMENTS (JAN 2017)FAR 52.204-25                   PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO                                                 SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2019)FAR 52.212-4                      CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (OCT 2018)FAR 52.232-39                   UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013)FAR 52.247-35                   F.O.B. DESTINATION, WITHIN CONSIGNEE’S PREMISES (APR 1984)HEALTH AND HUMAN SERICES ACQUISITION REGULATION (HHSAR) (48 CFR CHAPTER 3) PROVISIONS:Clause No.                           TitleHHSAR 352.203-70          ANTI-LOBBYING (DEC 2015)HHSAR 352.208-70          PRINTING AND DUPLICATION (DEC 2015)HHSAR 352.222-70          CONTRACTOR COOPERATION IN EQUAL EMPLOYMENT OPPORTUNITY INVESTIGATION                                                   (DEC 2015)HHSAR 352.224–71         CONFIDENTIAL INFORMATION (DEC 2015)HHSAR 352.227–70         PUBLICATIONS AND PUBLICITY (DEC 2015)HHSAR 352.237–74         NON-DISCRIMINATION IN SERVICE DELIVERY (DEC 2015)SOLICITATION PROVISIONSFAR 52.204-24                 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (DEC 2019)(a) Definitions. As used in this provision—Covered telecommunications equipment or services, Critical technology, and Substantial or essential component have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.(b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing—A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; orTelecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles.(c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for “covered telecommunications equipment or services”.(d) Representation. The Offeror represents that—It [ ] will, [ ] will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation.(e) Disclosures. If the Offeror has represented in paragraph (d) of this provision that it “will” provide covered telecommunications equipment or services”, the Offeror shall provide the following information as part of the offer—A description of all covered telecommunications equipment and services offered (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable);Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision;For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); andFor equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known).FAR 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.FAR 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):http://www.acquisition.gov/far/ and/or http://www.hhs.gov/policies/hhsar/.FEDERAL ACQUISITION REGULATION (FAR) (48 CFR CHAPTER 1) PROVISIONS:Clause No.                           TitleFAR 52.204-22                    ALTERNATIVE LINE ITEM PROPOSAL (JAN 2017)FAR 52.212-1                      INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (OCT 2018)FAR 52.212-2                     EVALUATION-COMMERCIAL ITEMS (OCT 2014)FAR 52.214-21                   DESCRIPTIVE LITERATURE (APR 2002)SUBMISSION INSTRUCTIONS/EVALUATIONQUESTIONSQuestions must be submitted electronically via email to Contract Specialist, Adam Hernandez, at adam.hernandez@nih.gov in MS Word or Adobe Portable Document Format (PDF), no later than 11:00 A.M. EST Monday, April 06, 2020 (04/06/2020). Please be advised that the Government reserves the right to transmit any questions and answers of a common interest to all prospective Contractors.QUOTATIONSQuotations must be submitted electronically via email to Contract Specialist, Adam Hernandez, at adam.hernandez@nih.gov in MS Word or Adobe Portable Document Format (PDF), no later than no later than 11:00 A.M. EST Friday, April 10, 2020 (04/10/2020).Please refer to solicitation no: 75N91020Q00025 on all correspondence.BASIS FOR AWARD & EVALUATIONThe purchase order will be awarded to the firm that submits the Lowest Price Technically Acceptable (LPTA) quotation. A technically acceptable quote is one in which the quoter(s) complies with the Statement of Need (SON) and does not take exception, nor object to any of the terms of the RFQ. Quotes that are not technically acceptable will not be considered for award. Award will be made on an all or none basis. If you are providing an “equal” product, you must submit additional documentation that highlights and describes how your offering is equal in accordance with FAR Clause 52.211-6.Evaluation and award will be conducted in accordance with the requirements of FAR 13.106. The technical evaluation will be a determination based on information furnished by the Contractor. The Government is not responsible for locating or securing any information which is not identified in the quotation. The Government intends to evaluate quotations and make a single award. Quotations should contain the quoter’s best terms from a price and technical standpoint. However, the Government reserves the right to request quote revisions that seek additional price discounts, provide revisions to the technical quote, or clarify aspects of the quote.  In the event quote revisions are requested, the Government will not necessarily be seeking revisions from all quoters. The Government may reject any or all quotes if such action is in the public interest; accept other than the lowest quote; and waive informalities and minor irregularities in quotes received.GENERAL INSTRUCTIONSThis Request for Quotation (RFQ) does not commit the Government to pay any cost for preparation and submission of a quote. In addition, the Contracting Officer is the only individual who can legally commit the Government to the expenditure of public funds in connection with this proposed acquisition. By submitting a quote in response to this solicitation, it is understood that your firm’s quote shall become a part of the official contract file.Quotes must be submitted with a completed copy of FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, located in the SOLICITATION PROVISIONS section of this RFQ.Price Quote:The Quoter shall prepare a price quotation that contains all information necessary to allow for a comprehensive evaluation of the prices quoted. The quote must contain the following information:a. Federal Tax Identification Number (TIN)b. Data Universal Numbering System (DUNS) Numberc. Business Size (e.g., small or large)**Please include a statement to the effect that pricing is firm for a period of at least 60 days from the date of receipt thereof by the Government. **

9609 Medical Center Drive  Rockville , MD 20850  USALocation

Place Of Performance : 9609 Medical Center Drive Rockville , MD 20850 USA

Country : United StatesState : Maryland

Classification

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