Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 06, 2015 FBO #5004
SOURCES SOUGHT

B -- Solid phase extraction robot (with associated racks and compatible SLE columns and plates)

Notice Date
8/4/2015
 
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, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-15-704
 
Archive Date
8/29/2015
 
Point of Contact
Farrin Stanton, , ,
 
E-Mail Address
farrin.stanton@nih.gov, farrin.stanton@nih.gov
(farrin.stanton@nih.gov, farrin.stanton@nih.gov)
 
Small Business Set-Aside
N/A
 
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. 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. The notice is strictly for research and information purposes only. The information requested will assist the Government in determining the appropriate acquisition method, including whether a small business social-economic set-aside, competitive or non-competitive method is possible, and to determine the availability of qualified companies technically capable of meeting the Government's requirement. ALL organizations with the capability and availability to perform the requirement under the applicable NAICS code are invited to submit a response to this notice. NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE 334516 Analytical Laboratory Instrument Manufacturing The mission of the Intramural Research Program (IRP) of the National Institute on Drug Abuse is to conduct state-of-the-art research on basic mechanisms that underlie drug abuse and addiction, and to develop new methods for the treatment of drug abuse and addiction. Research is supported at the molecular, genetic, cellular, animal, and clinical levels and is conceptually integrated, highly innovative, and focused on major problems in the field. The long-term goal of the research is to better understand the biological and behavioral factors contributing to initiation, maintenance, and elimination of drug abuse and addiction (and associated diseases), and to translate this knowledge into improved strategies for preventing, treating, and reducing the negative consequences for the individual and for society caused by drug abuse and addiction. The Government conducts clinical and pre-clinical drug administration studies for evaluating pharmacokinetics and pharmacodynamics. These studies require developing and validating analytical methods for quantitatively measuring drugs and their metabolites in various matrices collected during our studies including blood, urine, oral fluid, sweat, breath and meconium. Extensive sample preparation/extraction is required for each sample matrix to enable required analytical sensitivity during liquid chromatography tandem mass spectrometry analysis. Furthermore, sample preparation/extraction is critical to minimize analytical instrument contamination and downtime. Currently, all sample preparation/extraction is conducted manually and is three to five employees’ full-time efforts. The Government requires a solid phase extraction/supported liquid-liquid extraction robot to enable automation of required sample preparation/extraction efforts to increase our research efficiency. The contractor shall supply an extraction robot that shall: - employ positive pressure extraction and be capable of employing 96-well plates, 96-well plates, 1, 3 and 6 mL extraction columns. - be purpose-built for solid phase extraction/supported liquid-liquid extraction and employ simplified programming for solid phase extraction and supported liquid-liquid extraction. - provide a dropdown menu for selecting various conditioning, wash and elution steps should be employed by the robot software to include appropriate pipet settings for various solvent types (aqueous buffers and organic solvent mixtures). - provide positive pressure should be employed for in order for extraction to provide better extraction control and better sample-to-sample variability when extracting complex matrices such as whole blood and meconium. - The system should employ replaceable/disposable tips to minimize potential carryover between samples. - provide a vacuum waste removal system and compatible racks for holding 48 and 96-well plates; 1, 3 and 6 mL columns. - be capable of extracting entire 48-well and 96-well plates along with (24) 1, 3 and 6 mL columns in a single batch to accommodate the Government’s sample throughput requirements. - provide racks for holding 13x100, 16x100, 12x75 and 18x75mm tubes. - provide with 11,000 replaceable/disposable pipet tips, (50) 2 mL 96-well collection plates and (100) 5 mL 48-well collection plates. - Include 1 year maintenance coverage. The following parts/materials shall be provided (brand name or equal): - Biotage Extrahera - Configuration Kit 96 Positions - Vacuum pump ME1C - Column Rack 96 x1 mL(tables) - Colum Rack 24 x 3 ML - 100ul Clear Tips, 960 tips box - Column Rack 24 x 6mL (tables) - Sample Rack 16 x 100mm 24 positions - Sample rack 13x100 mm 24 positions - Collection rack 12 x 75 mm 24 positions - Collection rack 18 x 75 mm 24 positions - Collection plate, 5 mL, 48-well (pk/20) CAPABILITY STATEMENT INFORMATION SOUGHT Respondents must provide, as part of their responses, clear and convincing documentation of their capability of providing the item(s) specified in this notice. Contractors that believe they possess the ability to provide the required 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 solicitation notice number. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Farrin Stanton, Contract Specialist, at Farrin.Stanton@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. The response must be received on or before August 10, 11:00am, eastern time. CONCLUDING STATEMENTS 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. 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-2/HHS-NIH-NIDA-SSSA-SBSS-15-704/listing.html)
 
Place of Performance
Address: 31 Center Drive, Suite 1B59, Bethesda, Maryland, 20879, United States
Zip Code: 20879
 
Record
SN03822077-W 20150806/150804235250-d49873c8b6a43684392bce1053c414bf (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.