Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2014 FBO #4628
SOURCES SOUGHT

66 -- Digital Fluorescent Microscope System

Notice Date
7/25/2014
 
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, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-14-223-1135246
 
Archive Date
8/13/2014
 
Point of Contact
James Scott Rawls, Phone: 8705437540
 
E-Mail Address
james.rawls@fda.hhs.gov
(james.rawls@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
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 (CBER) requirement for a Digital Fluorescent Microscope. This is a Sources Sought Notice 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. However, the Government will consider responses from large vendors as well, but larger vendors should clearly identify if subcontracting opportunities exist for small business concerns. This notice is for planning purposes only, and does not constitute an Invitation for Bids, Request for Proposals or Request for Quotation, or an indication the Government will contract for the items contained herein. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The associated North American Industry Classification System (NAICS) Code is - 334516 - Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees. Statement of Work (SOW) Introduction The Office of Blood Research and Review (OBRR), Division of Emerging and Transfusion Transmitted Disease (DETTD), Laboratory of Emerging Pathogens (LEP), requires a digital fluorescence microscope system to analyze the immune histochemistry slides for the study of recruitment of multiple immune cells and cytokine producing cells to the different organs of mice and also to evaluate cell specific immune response against vaccine candidates. This study will help DETTD in understanding the immune response in the project entitled, "Evaluation of live attenuated parasites as vaccine candidates against Leishmaniasis." Scope In the LEP, DETTD are developing live attenuated leishmania parasites and testing them as vaccines against leishmaniasis. In this project DETTD need to evaluate the immunological response in the immunized animals as well as immune-correlates of protection. This microscope will help DETTD to find out which cells are responsible for vaccine induced immunity and DETTD can easily dissect the whole biological pathway leading to protection and find some valuable biomarkers. The digital fluorescent microscope shall meet the following requirements: Technical Requirements: The instrument shall have fully automated stage, and shall be used for routine microscopy (fluorescence, bright field and phase contrast), and for image acquisition and analysis. The instrument shall be able to eliminate fluorescence blurring from the image, enabling the visualization of weak fluorescent signals with sharp contrast and clarity. The instrument shall have Z-stacking to give fully focused image. The instrument shall be able to take high-speed video to perform multiple live cell time lapse experiments at one time. The instrument shall maintain temperature. The instrument shall supply gasses needed to incubate samples. The instrument shall have built-in dark room and space-saving design that can be installed virtually anywhere. The instrument shall be capable of accepting different forms of slides and media containers, such as Petri dishes and multi-well plate. The instrument shall have automatic cell counting software and measurement software. General specifications: •The components and/or equipment shall be a newly manufactured, not used and refurbished, or previously used for demonstration. •The entire system shall be warranted for parts and labor for a minimum of 12 months from date of installation acceptance. •The systems shall be delivered with all necessary supplies and accessories required for installation and start-up. •The contractor shall provide on-site operator training/familiarization for the system. Such familiarization shall include system operations, optimization, and basic preventative maintenance procedures. •The contractor shall include all parts, travel, and labor to complete the installation. Place of Performance FDA/CBER Bldg 29, Room 425 29 Lincoln Drive Bethesda, MD 20892 The offeror shall furnish sufficient technical information necessary for the Government to conclusively determine that the offered products/services and components meet the technical requirements identified above. 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, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address (Provide this same information if responding to provide a product manufactured by another firm); Sufficient descriptive literature that unequivocally demonstrates that offered products and services meet the above specifications. All descriptive material necessary for the government to determine whether the service/product offered meets the technical requirements including: technical specifications, descriptive material, literature, brochures and other information, which demonstrates the capabilities of the contractor to meet the requirement. Three (3) years of past performance information for the manufacture and/or sale of same or substantially similar items to include date of sale, description, 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 not the respondent. If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement. The government is not responsible for locating or securing any information, not identified in the response. Interested Parties shall 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 29, 2014 by 12:00 hours (Central Time in Jefferson, Arkansas) at the Food and Drug Administration, Office of Acquisition & Grants Services, Field Operations Branch, Attn: James "Scott" Rawls, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502 or email james.rawls@fda.hhs.gov. Reference FDA-14-223-1135246. 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 shall 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 pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information shall 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/DCASC/FDA-14-223-1135246/listing.html)
 
Place of Performance
Address: HHS/FDA/CBER, 29 Lincoln Drive, Bldg 29, Room 425, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03438349-W 20140727/140725234827-542e8bfcd06a9e704377aeeb6874894a (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.