BioRad ChemiDoc MP system for protein detection (Brand Name restriction)
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 Fe...
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. 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). The combined synopsis/solicitation number is RFQ-NIAID-2136840 and this is issued as a Request for Quotes (RFQ), under a Brand Name restriction (considered limited source restriction). This requirement it NOT a set aside for small business. The vendors who submit a response to this RFQ must be an authorized seller/reseller of these products. BRAND NAME: NIAID requests responses from qualified sources capable of providing the requirements as outlined. To be considered for award, vendors must provide the exact brand and model number of the product from the required brand-name owner/manufacturer, along with specific services and/or warranties that typically comes with these items when purchased directly from the owner/manufacturer. Project Description: National Institute of Allergy and Infectious Diseases (NIAID)’s Laboratory of Host Immunity and Microbiome (LHIM) (collectively “Program”) is a new laboratory established in 2021. The goal of Program is to assess the consequences of environmental stress, such as infection, nutrition, and pollution, on host immunity and predisposition to inflammatory disorders in the context of fetal development, early life, and in adults. Program’s research is attempting to gain insight beyond the immune cells obtained normally in peripheral blood, and gain insight into the tissue immune landscape. Of special importance to Program’s research is understanding the fungal exposure at tissue boundaries. How deadly fungal pathogens overcome mammalian innate immunity is largely unknown. Thus, Program needs equipment that will be used to identify fungal secreted proteins that escape normal immune surveillance to enable tissue infection. The system being purchased must include a T100 Thermocycler, a MicroPulser electroporator, and the ChemiDoc MP. The system must be capable of performing imaging and detecting proteins through multiplex fluorescent western blotting (RGB, far-red, near-IR), chemiluminescence detection in SDS-PAGE gels, and stain-free gel and blot imaging. The equipment identified in this acquisition enables the lab to accomplish its research objectives by performing a series of molecular biology techniques, specifically for imaging and detecting these isolated and re-engineered proteins through multiplex fluorescent western blotting, chemiluminescence detection in SDS-PAGE gels, and stain-free gel imaging protocols currently in use in Program’s lab at the LHIM. Requirements: Brand Name Restriction items: The items includes the following: 1652100; MicroPulser Electroporator 100--120 V/220--240 V, electroporation instrument, includes 10 sterile electroporation cuvettes (5 each of 0.1 cm and 0.2 cm electrode gap width) 1861096; T100 Thermal Cycler Thermal cycler system, includes 96-well thermal cycler, power cord, tube support ring 12003154; ChemiDoc™ MP Imaging System The ChemiDoc MP Imaging System is a full-feature, best-in-class instrument for imaging and quantifying nucleic acid and protein in gels and western blots. It is capable of imaging fluorescent western blots (RGB, far-red, near-IR), chemiluminescent western blots, all common nucleic acid and protein gel stains, plus stain-free gels. Includes internal computer, 12" touch-screen display, camera, Image Lab™ Touch Software, and Image Lab Software 12003026; White Sample Tray for ChemiDoc™ MP/ ChemiDoc Imaging Systems Pkg of 1, sample tray for gels and blots stained with Coomassie Blue, copper, silver, or zinc stains 12003027; Blue Sample Tray for ChemiDoc™ MP/ ChemiDoc Imaging Systems Pkg of 1, sample tray for nucleic acid applications with GelGreen or any SYBR Stain 12004162; StarBright Blue 700 Goat Anti-Rabbit IgG, 80 µl Pkg of 1, lyophilized goat anti-rabbit IgG conjugated with StarBright Blue 700 Fluorophore; reconstitute to 80 µl 12004166; hFAB Rhodamine Anti-Tubulin Primary Antibody 40 µl Pkg of 1, lyophilized rhodamine- conjugated anti-tubulin human Fab fragment; reconstitute to 40 µl 1610363; Precision Plus Protein Unstained Protein Standards, Strep-tagged recombinant, 1 ml 1 ml, unstained mixture of ten Strep- tagged, recombinant proteins (10--250 kD), including three reference bands (25, 50, 75 kD), 100 applications 1705062; Clarity Max Western ECL Substrate, 100 ml Pkg of 1, contains 50 ml Clarity Max Western Peroxide Reagent and 50 ml Clarity Max Western Luminol/Enhancer Reagent 4568096; 4--20% Mini-PROTEAN TGX Stain-Free Protein Gels, 15 well, 15 µl Pkg of 10, 4--20% precast polyacrylamide gel, 8.6 × 6.7 cm (W × L), for use with Mini-PROTEAN Electrophoresis Cells Prices must include shipping & handling and any other applicable fees. Place of Performance or Delivery: NIAID-LHIM Building 10 – Clinical Center 10 Center Drive Room 7N111 Attn: Brian Seller Bethesda, MD 20814 FOB: Destination The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. By submitting an offer in response to this RFQ, confirms acceptance that the government terms and conditions will prevail over the award. The award will be based on the following: the capability to meet the brand name requirement and price. Submission shall be received not later than September 04, 2022 @ 4:00 PM EST Offers may be e-mailed to Lu Chang at
Data sourced from SAM.gov.
View Official Posting »