Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2014 FBO #4605
SOURCES SOUGHT

66 -- Multi-Mode Microplate Reader

Notice Date
7/2/2014
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
1135255
 
Archive Date
7/25/2014
 
Point of Contact
Crystal G. McCoskey, Phone: 8705437267
 
E-Mail Address
crystal.mccoskey@fda.hhs.gov
(crystal.mccoskey@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
MARKET RESEARCH PURPOSES ONLY NOT A REQUEST FOR PROPOSAL OR SOLICITATION The U.S. Food and Drug Administration (FDA), is conducting market research to support the Center for Biologics Evaluation and Research’s (CBER) requirement for one (1) multi-mode microplate reader. This is a sources sought to determine the availability and capability of small business manufacturers or small businesses capable of supplying a U.S. made product of a small business manufacturer or producer. The associated North American Industry Classification System (NAICS) Code is‐ 334516 ‐ Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees. REQUIREMENTS: Statement of need The FDA, CBER, Division of Cellular and Gene Therapies (DCGT) requires a filter-based multimode 96-well microplate reader capable of detecting absorbence, fluorescence and luminescence. The microplate reader shall be a stand-alone light detection and analysis system capable of acquiring and analyzing data without an external computer. The microplate reader shall be used to quantify the luminescence of biological samples, as well as quantifying absorbence and fluorescence at specified light wavelengths. There is a potential for trade-in of an existing Turner Biosystems Modulus Microplate reader with absorbence/fluorescence/luminescence detection and a single injector. This microplate reader (Model No. 9300-010, Serial No. 930001009013) is currently located at the FDA delivery address below and is offered on an “as-is” basis. Contractor shall be responsible for removal, pick-up and haul off of the trade-in equipment. General Specifications The microplate reader shall be delivered with all necessary supplies, equipment, components, adapters, software, cables, accessories, etc. required to start-up seamlessly. The components and equipment shall be newly manufactured, not be used, refurbished, or previously used for demonstration. The entire system shall be warranted for parts and labor for a minimum of 1 year from date of acceptance. All standard information on the equipment, including but not limited to User Manuals, Operation and Maintenance (O&M) Manuals, Material and Safety Data Sheets (MSDS), troubleshooting guides and any other applicable documentation, shall be provided with the system. Techical Specifications The microplate reader shall include both temperature control (to at least 45 degrees celsius) and plate shaking control. The microplate reader shall be capable of stand-alone operation (without an external computer), including within-instrument software for plate setup, curve fitting, and data analysis. The microplate reader shall include fluorescence capability at least at the following wavelengths (excitation/emission wavelengths, in nanometers): 365/435, 490/540, 525/610, 560/580 The microplate reader shall include luminescence capability, with sensitivity of 1 attomole per well of Adenosine Tri-Phosphate (ATP). The microplate reader shall include UV/visible absorbence capability, with filters at least at 260, 280, 405, 450 and 750 nm. The microplate reader shall include a minimum of two reagent injectors with programmable dispense volumes. Delivery Address (FOB Destination): Delivery, and removal/pick-up of trade-in equipment shall be at: US Food & Drug Administration 10903 New Hampshire Ave. Building 52, Room 3140 Silver Spring, MD 20903 POC: “Shall be provided at time of award.” Period of Performance Delivery of the equipment, and removal/pick-up/haul off of trade-in equipment required within 90 days of award. Responses to this sources sought shall unequivocally demonstrate that respondent is regularly engaged in the manufacture and/or sale of same or substantially similar items. Though the target audience is small business manufacturers or small businesses capable of supplying a U.S. made product of a small business manufacturer or producer all interested parties may respond. At a minimum, responses shall include the following: • Business name and bio, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, 8(a), SDB, WOSB, EDWOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address; [Provide this same information again for the manufacturer/producer if responding to provide a product manufactured by another firm.] • Three (3) years of past performance information for the manufacture and/or sale of same or substantially similar items, which are or have been used with same or similar equipment for same or similar purposes, to include date of sale, description (should also include technical literature and specifications), dollar value, client name, client address, client point of contact name, client point of contact mailing address (if different from that provided for client), client point of contact phone number, client point of contact email address, and name of the manufacturer (to include DUNS number and size status) if respondent is not the manufacturer/producer; • Descriptive literature, brochures, specifications, marketing material, etc. detailing the nature of the items the responding firm is regularly engaged in manufacturing and/or selling; • If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this requirement; • If a large business, identify any existing subcontracting opportunities for small business concerns; • Although this is not a request for quote, informational pricing is encouraged; • The Government encourages any comments and/or suggestions from any interested party, regarding the specifications. While the Government will not respond directly to your comments and/or suggestions; we will consider them as we finalize the specifications in preparation for the forthcoming solicitation. The Government is not responsible for locating or securing any information, not identified in the response. Interested Parties must respond with capability statements which are due in person, by postal mail or email to the point of contact listed below on or before July 10, 2014 by 1:00 PM (Central Time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OA/OAGS, Attn: Crystal G. McCoskey, 3900 NCTR Road, Bldg 50/Room 426, HFT‐320, Jefferson, AR 72079‐9502, or email crystal.mccoskey@fda.hhs.gov. Reference #1135255 in all correspondence with the point of contact listed above. Notice of Intent Responses to this sources sought announcement will assist the Government in determining whether this requirement should be set aside for small business, made available to full and open competition or procured through other than full and open acquisition procedures. 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 provide feedback to respondents with respect to any information submitted. After a review of the responses received, a combined synopsis/solicitation (No. 1135255) may be published via FedBizOpps. However, responses to this notice will not be considered adequate responses 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).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1135255/listing.html)
 
Place of Performance
Address: Silver Spring, Maryland, 20903, United States
Zip Code: 20903
 
Record
SN03412985-W 20140704/140703001824-1f899a75881fd416c5a89f8584ad103d (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.