Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2006 FBO #1679
SOLICITATION NOTICE

66 -- TUBE LABELING SYSTEM

Notice Date
6/30/2006
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of Health and Human Services, Center for Disease Control and Prevention, Acquisition and Assistance Field Branch (Morgantown), 1095 Willowdale Road, Morgantown, WV, 26505
 
ZIP Code
26505
 
Solicitation Number
Reference-Number-HCTBDG-2006-34422
 
Response Due
7/17/2006
 
Archive Date
8/1/2006
 
Description
The Centers for Disease Control and Prevention, Laboratory Sciences Molecular Biology Branch prepares and distributes large numbers of DNA aliquots dispensed into micropackaging vials as part of several large-scale DNA banking and genotyping studies of public health significance. The aliquot vials are currently being labeled by manual application of barcoded labels to the aliquot tubes. To increase throughput, an instrument capable of applying high quality 600 dpi labels to micropackaging vials that are stored in 96 placeholder storage racks is needed. The instrument must be capable of labeling the tubes and returning the tubes to the original location in the storage rack. SSI FLASH mini-labeler is the only instrument that is designed to pick up the individual tubes, apply labels and return the tubes to the correct position in a storage rack. It accomplishes this through the use of a robotic head and an XY gantry. The minimum specifications for a product to fulfill CDC?s needs are: 1) must be capable of applying high quality 600 dpi labels to micropackaging vials that are stored in up to three 96 placeholder storage racks. The instrument must be capable of labeling the tubes and returning the tubes to the original location in the storage rack; 2) must be able to accurately locate the 3 tube racks. The racks should be positioned well above the base plate in order to place them at roughly the same height as the cap pickup nest, thus limiting the required Z-stroke of the robot; 3) Label content information should be entered into the system using Excel spreadsheet which we can export from a database; 4) Instrument should have a keypad user interface to displays machine status and allows for operator input; 5) Software supplied for label generation/loaded on to customer-supplied PC which allows for 3 text fields and 2 bar-code fields; 6) The system must be small, light weight, portable and benchtop; 7) The system must both print variable text on the labels via thermal transfer printer, and also wrap the labels around the tubes; 8) The system should have potential for upgradeability in the future to add additional functions that may arise at CDC, such as dispensing, capping/uncapping, barcode scanning, microplate-based functions, etc; 9) The company that supplies the system should have expertise in laboratory process automation, and laboratory software as opposed to purely medical or pharmaceutical process automation; 10) The equipment should have a successful track record automating similar processes with the Sarstedt 72.730.106 tubes; 11) The system should be capable of automatically cycling through 3 entire tube holders, labeling each of the tubes and returning them to their original position in the storage rack; 12) There should be a notification signal to alert the lab staff that the set of three racks is completed; and 13) The instrument should be housed in an enclosure consisting of transparent acrylic or other type of windows. The Government is not aware of any other manufacturer of a similar instrument which is a small, benchtop unit. Responsible sources that believe they can provide a comparable system are encouraged to submit to the Contracting Officer within 15 days from the posting date of this notice their written specifications and supporting information in the format they choose, not to exceed 10 pages. Offeror should also provide an estimated delivery schedule. Please submit capabilities and supporting information to: Brenda L. Goodwin, REFERENCE: HCTBDG-2006-34422, CDC/PGO/AAFB, 1095 Willowdale Road, Morgantown, WV 26505, v 304/285-5882, fax 304/285-6083 or e-mail bcg1@cdc.gov. The Government will review any/all information submitted and determine if other qualified sources (technically compliant with the stated specification) do exist. Information received in response to this notice will be used solely for the purpose of determining whether to conduct a competitive procurement. If no affirmative responses are received within 15 days, per FAR 13.106(b)(1), negotiations will be conducted solely with SSI Robotics, Tustin, CA as the only company meeting our needs and a purchase order will be issued without any additional notices being posted.
 
Record
SN01081050-W 20060702/060630220408 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.