Barcoded and unbarcoded 384-well and 1536-well microplates for NCATS

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
State: Maryland
Type of Government: Federal
FSC Category:
  • 66 - Instruments and Laboratory Equipment
NAICS Category:
  • 334516 - Analytical Laboratory Instrument Manufacturing
Posted Date: Apr 17, 2024
Due Date: Apr 26, 2024
Solicitation No: 75N95024Q00184
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
Barcoded and unbarcoded 384-well and 1536-well microplates for NCATS
Active
Contract Opportunity
Notice ID
75N95024Q00184
Related Notice
75N95024Q00184
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NIDA
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 17, 2024 10:53 am EDT
  • Original Date Offers Due: Apr 26, 2024 11:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 11, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Rockville , MD 20850
    USA
Description



NON-COMPETITIVE



COMBINED SYNOPSIS / SOLICITATION



Title: Barcoded and unbarcoded 384-well and 1536-well microplates for Antiviral Program for Pandemics (APP) and Automation for the 2024 screening season.



(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.



(ii) The solicitation number is 75N95024Q00184_CSS and the solicitation is issued as a request for quotation (RFQ).





This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures; and FAR Part 12—Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold.



THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).



The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of the National Center for Advancing Translational Sciences (NCATS), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to GREINER BIO-ONE NORTH AMERICA, INC., 4238 Capital Drive, Monroe, North Carolina 28110-7681 for barcoded and unbarcoded 384-well and 1536-well microplates



This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-1(b)(1).

The rationale for the brand-name justification is that this brand of plates is currently being used to run various experiments on our HTS systems and the use of plates compatible and optimized for use with the systems are of critical importance. There are two primary factors that determine compatibility; the flange style of the plate and the support ribs underneath the plate that run along the base of the plate and connect to the outer wall. The flange of the plate must be low; the design of our robotic grippers on our screening platform is such that when it grips the plate it does so along the flange of the plate, creating a dovetail joint. This ensures that our robotic system has a solid grip and will never drop a plate. Secondly, several support ribs on the underside of the plate are removed so that they can be properly placed on pin support plate nests that are present on several of the peripheral devices on our screening systems. Without the removal of these support ribs the plates will not rest properly, and the peripheral devices will not perform correctly. Market research conducted has not identified an alternative source for these plates.





(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2022-06, with effective date May 26, 2022.





(iv) The associated NAICS code is 334516 and the small business size standard 1,000 employees. This requirement is non-competitive with no set-aside restrictions.





(v) This requirement is for the following items:





Purchase Description:




  • 789176-F 1536 well assay plate, black, MB

  • 789175-F 1536 well assay plate, white, MB

  • 789173-F 1536 well assay plate, white, TC, 60 cases total

  • 789093-F GNF Divisions 1536W, PS, Sterile, TC Treated, WHT/CLR, w/ 2 Custom Barcodes, 10 cases

  • 789092-F GNF Divisions 1536W, PS, Sterile, TC Treated, BLK/CLR, w/ 2 Custom Barcodes, 75 cases total

  • 781075 384 well assay plate, white, lumitrac

  • 781076 384 well assay plate, black, fluotrac





Salient Characteristics:




  • Dual barcode

  • TC treated





Quantity:




  • 75 cases of 1536 well assay plate, black, MB

  • 40 cases of 1536 well assay plate, white, MB

  • 30 cases of 1536 well assay plate, white, TC

  • 10 cases of GNF Divisions 1536W, PS, Sterile, TC Treated, WHT/CLR, w/ 2 Custom Barcodes

  • 1 case of MICROPLATE, 384 WELL, PS, F-BOTTOM, BLACK, STREPTAVIDIN-COATED, 5 PCS./BAG

  • 4 cases of CELL CULTURE MICROPLATE, 384 WELL, PS,µCLEAR®, BLACK, POLY-D-LYSINE, CELLCOAT®,lID, 5 PCS./BAG

  • 4 cases of CELL CULTURE MICROPLATE, 384 WELL, PS, µCLEAR®, WHITE, POLY-D-LYSINE, CELLCOAT®,LID, 5 PCS./BAG"

  • 11 cases of 384 well assay plate, white, lumitrac

  • 9 cases of 384 well assay plate, black, fluotrac





(vii) The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date is thirty (30) days after receipt of order (ARO). Delivery will be f.o.b. destination. The place of delivery and acceptance will be 9800 Medical Center Drive, Rockville, MD 20850.





(viii) The additional instructions to offerors are as follows:

The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses: https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html



(End of provision)





The following provisions apply to this acquisition and are incorporated by reference:




  • 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, Offeror Representations and Certifications-Commercial Items (Nov 2021)

  • FAR 52.225-2, Buy American Certificate (Feb 2021)

  • HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015)







The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses:



https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html



(End of clause)





The following clauses apply to this acquisition and are incorporated by reference:




  • FAR 52.204-13, System for Award Management Maintenance (Oct 2018)

  • FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)

  • FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021). Addendum to this FAR clause applies to this acquisition and is attached.

  • HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015)





The following provisions and clauses apply to this acquisition and are attached in full text. Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal.






  • FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)

  • FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)

  • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2022)

  • FAR 52.225-2 Buy American Certificate (Feb 2021)

  • NIH Invoice and Payment Provisions (Feb 2021)



(ix) 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:



a. Technical capability of the item offered to meet the Government requirement; and



b. Price



(x) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer.



(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached.



(xii) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.



(xiii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.



HS reserves the right to exercise priorities and allocations authority with respect to this contract, to include rating this order in accordance with 45 CFR Part 101, Subpart A—Health Resources Priorities and Allocations System.”



(xiv) Responses to this solicitation must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s), product description, and any other information or factors that may be considered in the award decision. Such factors may include: past performance, special features required for effective program performance, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, and environmental and energy efficiency considerations.



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.



The Unique Entity ID from SAM.gov, the Taxpayer Identification Number (TIN), 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.



All questions must be received by 11:00 a.m., Eastern Standard Time, on April 22, 2024 and reference Solicitation Number 75N95024Q00184_CSS. Responses must be submitted electronically to Nick Niefeld, Contract Specialist, at nick.niefeld@nih.gov.



All quotations must be received by 11:00 a.m., Eastern Standard Time, on April 26, 2024 and reference Solicitation Number 75N95024Q00184_CSS. Responses must be submitted electronically to Nick Niefeld, Contract Specialist, at nick.niefeld@nih.gov.



Fax responses will not be accepted.


Attachments/Links
Contact Information
Contracting Office Address
  • c/o 3WFN MSC 6012 301 N Stonestreet Ave
  • Bethesda , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow Laser Etalon System Active Contract Opportunity Notice ID NIST-0024-CHIPS-0044 Related Notice Department/Ind.

COMMERCE, DEPARTMENT OF

Bid Due: 5/02/2024

Follow Amendment One A00001 - LC-GC with FID for Sterol Analysis Active Contract

HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Bid Due: 5/02/2024

Follow Shimadzu EDX-7000 X-Ray Fluorescence Spectrometer(XRF) Preventative Maintenance and Repair Active Contract Opportunity

HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Bid Due: 5/03/2024

Follow One (1) Digital Microscope Active Contract Opportunity Notice ID W911QX24Q0088 Related Notice

DEPT OF DEFENSE

Bid Due: 5/01/2024