SOURCES SOUGHT
66 -- Kinetic Cell Based Reader to use as part of the Tox21 Program
- Notice Date
- 5/28/2015
- 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, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SBSS-2015-368
- Archive Date
- 6/20/2015
- Point of Contact
- Samantha A. Kelly, Phone: 3014028855
- E-Mail Address
-
samantha.kelly2@nih.gov
(samantha.kelly2@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE TEMPLATE 1.Solicitation Number:HHS-NIH-NIDA-SSSA-SBSS-2015-368 2.Title: Kinetic Cell Based Reader to use as part of the Tox21 Program 3.Classification Code: 66- Instruments & Laboratory Equipment 4.NAICS Code: 334516- Analytical Laboratory Instrument Manufacturing 5.Description: 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: Tox21 group from Division of Preclinical Innovation (DPI) of ‘National Center for Advancing Translational Sciences' (NCATS) is requesting a Kinetic Cell Based Reader System, which will be used to screen the Tox 21 library collection consisting of 10,000 compounds against various targets. NTP and EPA agencies collaborated with NCATS for the ‘Toxicity testing in the 21st century' (Tox21) in order to replace the traditional animal toxicity testing methods with in vitro high throughput screening methods. Since its inception, Tox21 group has been involved in high throughput screening of various assays involving in studies of specific endpoints, signaling pathways, stress responses, and developmental toxicologies. Purpose and Objectives: The purpose of this acquisition is to purchase a Kinetic Cell Based Reader. Features/Requirements: The Tox21 partners are interested and more focused towards kinetic cell-based assays, which include GPCRs, ion channels, and calcium ions assays, which are in increasing demand in areas such as lead discovery and pharmacology study. The specific requirements are as follows: 1.The system must be equipped with two dispense heads for 1536 well plates. One dispense head must be able to use disposable 1536 well tips for volume from 1ul to 6ul. One dispense head must be a pintool head. 2.The system must include a vacuum drying station for the 1536 pintool. 3.The system must be able to use two dispenser heads in the same protocol with up to four dispensing, for agonist, antagonist, and potentiator/modulator assays. 4.The system must include an imaging based detector capable of detecting both fluorescence and luminescence. 5.The instrument must be able to acquire 8 frames per second for 1536 well plate. 6.The system must include a stage for assay plate that can also serve as orbital shaker. 7.The system must include a heating element which controls the temperature up to 37C for the whole chamber for assay and ligand plates. 8.The system must support the use of suspension cells, without requiring centrifugation or the use of a PDL coated plate. 9.The system must include an ultrasound washing unit with 3 wash vats and a wiping stage. It must support up to three solvents. 10.The system must include a Xenon lamp light source and filter selected wavelength. Anticipated period of performance: One time delivery, set-up and training within four (4) months after receipt of purchase order. Section 508 Electronic and Information Technology Standards: Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) are determined to be relevant for the following program need: "Scientific Instrument." Capability statement /information sought. Contractors that believe they possess the ability to provide the requirement should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The response should directly and specifically state in the, capabilities statement, which project requirements you can supply. Contractors must also provide their Company Name, DUNS Number, Physical Address, Point of Contact, and Size and Type of Business (e.g., 8(a), HubZone, etc.) pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The information submitted must be must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses (capability statements) sent in response to this Small Business Sources Sought Notice must be submitted electronically (via e-mail) to the Contract Specialist. Facsimile responses are NOT accepted. The response must be submitted to Samantha Kelly, Contract Specialist at e-mail address Samantha.Kelly2@nih.gov The response must be received on or before June 5, 2015 at 12:00PM, eastern time. "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 presolicitation 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 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/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-SBSS-2015-368/listing.html)
- Record
- SN03746542-W 20150530/150529040928-402a174ce1116beee4f48c5215e8ed69 (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 |