Skip to main content

An official website of the United States government

You have 2 new alerts

Procartaplex Platinum 42 plex human cytokine assay kit

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)
  • Original Published Date: Apr 06, 2022 11:39 am EDT
  • Original Date Offers Due: Apr 15, 2022 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 30, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:

Description

(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 75N95022Q00176 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 firm fixed price contract without providing for full and open competition (including brand-name) to Life Technologies Corporation 3175 Staley Road,Grand Island New York 14072 for Thermo Procartaplex Platinum human panel 42plex 96 tests.

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 only this suggested source can furnish the requirements, to the exclusion of other sources, because only this kit will contain the exact same antibodies for each of the 42 analytes that were extensively evaluated for effectiveness previously. In addition, in order to compare to previous results, this kit is the only available kit that can detect the same 42 analytes previously tested without customized manufacturing, which would add to the lead time to acquire this kit. Going with a different provider for the kits would lead to a delay in work.

(iii)  The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2022-04 dated January 30, 2022

(iv)  The associated NAICS code 334516 – Analytical Laboratory Instrument Manufacturing and the small business size standard 1,000.

(v)   This requirement is for the acquisition of Thermo Procartaplex Platinum human panel 42plex 96 tests.

(vi)  Multiplexed Lumninex bead based cytokine assay system for 96 well plate format

Background: NCATS as part of the Tox21 is involved in research of the toxicity effects of various environmental chemicals on the human cardiovascular system These changes may be utilized as biomarkers for efficacy in the case of pharmaceuticals, moreover, these changes can be utilized for key markers of toxicity and adverse effects for various compounds destined for human exposure.  NCATS has developed a human cell model that will be probed with a set of chosen chemicals and will then be assayed for the effects of these compounds. We are developing a method to detect gene expression changes in treated cultured human cell lines that will be cost and time effective. These changes may be correlated with various phenotypic assays that other groups within NCATS will have performed. We wish to find a method that will bridge these results, the use of multiplexed Luminex bead based assays to look at actual protein level changes of various cytokines in these same treated culture human cell lines. This assay will provide a cost effective way to compare multiple (42) protein levels in treated cell lines concurrently. As this is a multiplexed assay, the method allows conservation of resources for NCATS. The timelines for the assay also provides a means to perform more data acquisition than with other assays that cannot be performed concurrently. The primary reason for the purchase of this particular assay kit is the bundling of the particular analytes in this kit. There are 42 analytes and this provides the optimal mix for our comparative studies. NCATS wishes to purchase 4 of these assay systems to detect the changes in these cytokines in the human cellular model we have developed.

Purpose: To purchase 4 of these assay systems to detect the changes in these cytokines in the human cellular model we have developed.

Project Requirements:

  1. Multiplexed Luminex bead based assay system for simultaneous detection of 42 human cytokines in a 96 well format. Assay system will detect changes in cytokine levels in the media derived from treated cells. 

(vii) The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated period of performance is April 27,2022 – October 27,2022

Delivery is to be made no more than six (6) months fromdate of receipt.

(viii) 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)
  • FAR 52.225-4, Buy American-Free Trade Agreements-Israel Trade Act 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 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)
  • 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)
  • 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;

b. Price; and

c. Past performance [see FAR 13.106-2(b)(3)].

(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.

(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.

The Uique Entity ID (UEI), 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 offers must be received by 2:00 p.m., Eastern Daylight/Standard Time, on Friday, April 15, 2022, and reference Solicitation Number 75N95022Q00176. Responses must be submitted electronically to Morgen Slager, Contract Specialist at morgen.slager@nih.gov.

Fax responses will not be accepted.

Contact Information

Primary Point of Contact

Secondary Point of Contact





History