SOURCES SOUGHT
66 -- Digital PCR System
- Notice Date
- 8/21/2014
- 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-14-634
- Archive Date
- 9/12/2014
- Point of Contact
- John Flannery, Phone: 301 435 8782
- E-Mail Address
-
flanneryje@mail.nih.gov
(flanneryje@mail.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, UNITED STATES. 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. Purpose and Objectives for the Procurement: The Division of Preclinical Innovation (DPI) at the National Center for Advancing Translational Sciences (NCATS) plans, conducts and uses both internal and contract resources to advance collaborative research projects across the pre-clinical phases of the translational science spectrum. Specifically, this division plans, conducts and collaborates on research to develop new methods and technologies to enhance pre-clinical processes; plans, conducts and collaborates on research to evaluate existing and developing approaches, technologies, and processes in the pre-clinical spectrum; supports training programs relevant to pre-clinical phases of translational science; allocates DPI resources to pre-clinical extramural and intramural investigators; collaborates with other NIH Institutes and Centers and the scientists they support; consults with stakeholders, including patients, industry and regulators. The purpose of this potential requirement is to acquire brand name or equal equipment (digital PCR system) to the Division of Preclinical Innovation (DPI). Project Requirements: Specifically, the NCATS DPI requires the following brand name or equal equipment: 1.QuantStudio 12K Flex Real-Time PCR System QX200 Installation Kit (FAST 96-well) On-Site Training 384-well block upgrade 384-well Installation Kit Array Card Calibration/Installation TaqMan Array Card Bucket Clip The instrument needs to be configured with the capacity for user-interchangeable blocks to accommodate Fast 96-well low volume, 384-well plates, and TaqMan Array Cards and OpenArray plates for future scalability. The instrument needs to be compatible with TaqMan Array Cards, a micro fluidic device that incorporates 384 reaction chambers arrayed in a standard 384-well format. The instrument needs to have future scalability to >110,000 data points or more in a single workday, which is attainable through compatibility with OpenArray plates. The instrument also needs to be robust and exhibit a long-lasting light source that has a median lifetime of at least 5 years. The instrument needs to be user friendly and include a touch screen interface that can store protocols for quick run starts from the instrument without the need for a computer. The instrument also needs on-board storage capability with capacity for a minimum of 100 standard absolute quantification run files AND designed for maximum run protection in case of a network or power outage, which can result in the loss of valuable samples and resources. Anticipated Delivery: The anticipated delivery is 10 days from date of award. A firm fixed price purchase order is contemplated. Capability Statement: Contractors that believe they possess the ability to provide the required equipment must submit specific 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 North American Industry Classification System 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 small business sources notice number. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to John Flannery, Contract Specialist, at John.Flannery@nih.gov in MS Word format by or before the closing date of this announcement. All responses must be received by the specified due date and time in order to be considered. Note: 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. The Government intends to negotiate a fixed-price purchase order.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-14-634/listing.html)
- Place of Performance
- Address: 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN03475835-W 20140823/140822000656-83879c0293778c7a4378d659e7908888 (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 |