Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2014 FBO #4618
SOURCES SOUGHT

66 -- Labcyte Echo 550 or Equivalent (New or Refurbished or Demo)

Notice Date
7/15/2014
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-FY14-456
 
Archive Date
8/13/2014
 
Point of Contact
Shaun C. Miles, Phone: 3014515042
 
E-Mail Address
shaun.miles@nih.gov
(shaun.miles@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, MD 20892. Introduction: This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Background Information: The mission of The National Center for Advancing Translational Sciences (NCATS) is to apply the tools of small molecule screening and discovery to the development of chemical probe research tools, for use in the study of protein and cell functions, and biological processes relevant to physiology and disease. This potential acquisition will enable NCATS and the Division of Preclinical Innovation (DPI) branch to increase the capability to optimize biochemical, cellular and model organism-based assays submitted by the biomedical research community; perform automated high-throughput screening (HTS); and perform chemistry optimization on confirmed hits to produce chemical probes for dissemination to the research community. Purpose and Objectives for the Acquisition: The Labcyte Echo 550 product OR Equivalent will be used to advance the Trans-NIH ribonucleic acid interference (RNAi) Screening Facility (TNRF). By advancing the TNRF, NCATS can interrogate a specific gene's function in the context of any biology assayed. This also allows NCATS to explore the effects of multi-gene knockdown across a wide variety of biology. The product will be used to explore combinations of predicted micro ribonucleic acid (miRNA) targets to determine those that are important for the biology under study. Moreover, the product will allow NCATS to conduct classical genetic-type studies with candidate genes arising from genome-wide screens. This will allow NCATS to better determine if identified candidates lay directly within the same pathway, or are inducing phenotypes different mechanisms. Overall, the product will open new areas of investigation to the TNRF, which will benefit the entire National Institutes of Health (NIH) Intramural Research Program. Project requirements: The Contractor shall provide two (2) New OR Refurbished OR Demo Labcyte Echo 550 OR Equivalent products that meet the following specifications: • Compatible with Society for Biomolecular Screening (SBS)/Society for Laboratory Automation and Screening (SLAS)/American National Standards Institute (ANSI) microplates in 96, 384 and 1536 well densities • Minimum transfer volume of 2.5nl • Capable source transfers of dimethyl sulfoxide (DMSO), glycerol and aqueous with or without nucleic acid or protein • Measures DMSO source volume and hydration • Capable of up to 750,000 samples/day • Capable of 24/7 operation • Capable of operating in an integrated or a stand-alone environment •Ability to generate custom transfer protocols with parameters for: oSource and Destination Plate types o Fluid types o Source and Destination Well locations o Independent control of individual well volumes. •Safety systems in place to prevent personal injury while allowing appropriate access for operator. Delivery Schedule: It is expected that delivery will be completed within 9 weeks after receipt of order. A firm fixed price contract is contemplated. Capability Statement: Contractors that believe they possess the ability to provide the required Labcyte Echo 550 OR Equivalent product should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. Contractors must provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable NAICS Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. All capability statements sent in response to this Small Business Sources Sought Notice must be submitted electronically (via email) to Shaun Miles, Contract Specialist, at shaun.miles@nih.gov in MS Word format within 14 calendar days of the date of this announcement. All responses must be received by the specified due date and time in order to be considered. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your 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 review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-FY14-456/listing.html)
 
Place of Performance
Address: Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN03425431-W 20140717/140716021804-d18827afc6dd0f0ff939edd5bce32ee3 (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.