Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
SOURCES SOUGHT

66 -- TRI-CARB 2910 TR DOMESTIC

Notice Date
9/4/2012
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Nat'l Institute of Diabetes, Digestive, & Kidney Diseases, 2 Democracy Plaza, Suite 700W, 6707 Democracy Blvd., MSC 5455, Bethesda, Maryland, 20892-5455
 
ZIP Code
20892-5455
 
Solicitation Number
NIHLM2012000015
 
Archive Date
9/23/2012
 
Point of Contact
V. Lynn Griffin, Fax: 301-480-8501, MAXWELL KIMPSON,
 
E-Mail Address
griffinv@mail.nih.gov, Max.Kimpson@nih.gov
(griffinv@mail.nih.gov, Max.Kimpson@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This Small Business Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for Market Research. The National Institutes of Health (NIH) National Institute of Diabetes, Digestive and Kidney Diseases (NIDDK) is conducting a market survey to determine the availability and technical capability of qualified small business, veteran-owned small business, service-disabled veteran-owned small business or HUBZone small businesses capable of providing Brand Name or Equal to PerkinElmer Health Sciences inc Tri-Carb 2910 TR Domestic with the following specifications: • Varisette sample deck (counts both large and small vials in dedicated cassettes) • Patented Programmable TR-LSC (Time-Resolved Liquid Scintillation Counting) • Luminescence detection • Single and dual label DPM with dynamic color correction • Spectrum Unfolding • Automatic single label Direct DPM with Ba-133 External Standard • Sample numeric value screening •SIS (Spectral index of Sample) • Cassette loading bidirectional conveyor • Linear 4000 Channel Spectralyzer MCA • Electrostatic controller • Ambient room temperature operation • Group PrioStat# priority interrupt • QuantaSmart software for the Windows 7 operating system with comprehensive on-line Help • 30 user protocols with unlimited password protected assays • Assay-specific drive and path selection for data and spectrum storage • Assay-specific, user-selectable, coincidence resolving time, count delay, and programmable background reduction • SpectraBase stores sample and quench standard spectra • Replay sample reprocessing • 3-D Spectral Mapping • Custom spreadsheet-type calculations • External computer controller and monitor, DVD/RW, built-in EtherNet support Ergonomic computer mounting arm mounts on either left or right side. • Independent formatting of printout RS-232, and disk storage • Printer ordered separately Mandatory Requirements: The research of this lab involves ligand binding assay, PI functional assay, GTPgammaS binding assay, Southern blotting, etc. which require measurement of radioactivity of [3H], [32P], and [35S]. In our experiments, we need to use 20 ml scintillation vial. We currently have an older model of liquid scintillation counter, which is discontinued and has been used in our lab over the past 15 years. We must continue to purchase replacement from this vendor in order to avoid the introduction of new variables in the experimental results and to avoid long delays resulting from retesting of equipment from other potential suppliers. This replacement equipment is also in about the same size as the old model that we have, and thus it will fit into the space available. The "equal" item must meet the characteristics of the brand name item to be acceptable for award. Basis for Award: Offerors must provide descriptive literature or other material that demonstrates their offer meets the forgoing requirements. The contract will be awarded to the responsible offeror whose offer fully meets the requirements of the solicitation, provides the best value, with price and technical factors equally important in award evaluation. This request is for interested firms with the capability of providing the required equipment listed above are requested to submit a capability statement to assist the Government in determining in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b) whether or not this procurement will be set-aside for any of the programs described above. The intended procurement will be classified under North American Industrial Classification (NAICS) code 334516 with a size standard of 500. All respondents are requested to identify their firm's size and type of business. Interested firms responding to this market survey must provide (a) capability statement demonstrating their experience, skills and capability to fulfill the Government's requirements for the above. The capability statement shall be in sufficient enough detail, but not to exceed 15 pages, so that the Government can determine the experience and capability of your firm to provide the requirements above. Your capability statement, not to exceed 15 pages, should include references. One copy of the capability statement must be received at the address identified in this synopsis by no later than 5 days prior to close of business (11:00 A.M. local time at designated location) on September 8, 2012. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provided feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate response to a solicitation. Confidentiality - No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)." Please email any questions to Ms. V. L. Griffin at griffinv@mail.nih.gov PLEASE NOTE: In order to receive an award, contractor must be registered and have valid certification in the Central Contractor Registration (CCR) http://www.ccr.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDDKD/NIHLM2012000015/listing.html)
 
Record
SN02867037-W 20120906/120905000948-a4601b9d0d3d0be95efdf9c393399af8 (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.