SOURCES SOUGHT
66 -- BRAND NAME OR EQUAL AUTOGEN GENE PREP AUTOMATED DNA EXTRACTION SYSTEM WITH TUBE STACKER.
- Notice Date
- 4/12/2016
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
- ZIP Code
- 20852
- Solicitation Number
- N02RC62557-8
- Archive Date
- 5/3/2016
- Point of Contact
- Megan N. Kisamore, Phone: 2402765261
- E-Mail Address
-
megan.kisamore@nih.gov
(megan.kisamore@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This Small Business Sources Sought Notice (SBSS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Cancer Institute (NCI). The purpose of this Sources Sought Notice is to identify qualified small business concerns including 8(a), HUBZone or Service-Disabled Veteran-owned business concerns that are interested in and capable of performing the work described herein. The NCI does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. 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 requirement is assigned North American Industry Classification System (NAICS) code 334516 with a size standard of 500 employees is being considered. As a result of this Sources Sought Notice, the NCI may issue a Request for Quotation (RFQ) through FedBizOpps. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NCI shall arise as a result of a response to this Sources Sought Notice or the NCI's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. The purpose of this acquisition is to purchase one (1) Automated DNA Extraction System for the Isolation of DNA from Mouse Tissue for Genotyping Analysis. The Department of Health and Human Services, National Institutes of Health, National Cancer Institute (NCI), Center for Cancer Research (CCR), Experimental Immunology Branch (EIB)'s scientists conduct cancer research related to cellular and molecular immunology. The NCI/CCR/EIB maintains several mouse breeding colonies, generating animal models for the study of the immune system. The largest colony is located in Frederick, Maryland, with approximately 20,000 mice. DNA genotyping is a key technique used in the management of our animal models. In order to efficiently manage the colonies, it is essential to genotype animals as quickly as possible. Currently, the NCI/EIB has one (1) Autogen GENE PREP Automated DNA Extraction System with tube stacker. The machine generates the DNA, which is the first step in the genotyping of the mice. This request is for one (1) additional machine, as follows: the NCI/CCR/EIB requires one (1) brand name or equal Autogen GENE PREP Automated DNA Extraction System with tube stacker. The following product features/salient characteristics are required for this requirement: GENERAL SYSTEM REQUIREMENTS - System shall be fully automated for the isolation of DNA for mouse tails, animal tissues, plasmids and bacterial artificial chromosomes (BACs). - System shall have the ability to process unattended, up to 192 samples in 8 hours, in order to maintain a high throughput. - System shall include a built-in centrifuge, shaker, heater, and touch screen for operation. System shall include pre-programmed protocols with the ability for user to optimize parameters and store customized user files. - System shall utilize a phenol chloroform solution based single phase organic extraction method; NO filter, column or magnetic beads for the recovery of nucleic acids. - System shall have the ability to process up to 3.0 ml volumes in each individual reaction, in order to scale up reactions when the needed. - System shall produce high quality DNA with OD260/280 values >= 1.8. The DNA can be used directly in downstream processes such as fluorescence DNA sequencing, PCR, Southern blotting and restriction endonuclease digestions. The NCI/EIB's mouse colonies have many complex genotypes which require high quality DNA for testing. - System shall be a floor-standing instrument for ease of movement. It is important that the machine be movable for flexibility in placement. - System shall offer pre-programmed protocols and allow the NCI/EIB the flexibility to optimize parameters and save customized user files. This will allow for customizing purification protocols for different needs. - System shall have the ability to run unattended, overnight, in order to maximize throughput. - System shall use independently driven syringes for liquid delivery since disposable pipette tips can lead to contamination problems. - System shall use chemicals and disposables which are compatible with current Autogen GENE PREP Automated DNA Extraction System with tube stacker. DELIVERY / INSTALLATION All delivery and installation fees shall be included in the quote. The Contractor shall deliver and install the equipment at the following address: National Institutes of Health 9000 Rockville Pike Building 10, Room 4B37 Bethesda, MD 20892 TRAINING Training for two users shall be included in the quote. WARRANTY System shall provide a minimum of 12-month warranty, which covers the cost of repair and/or replacement, including labor or any defect in workmanship or parts. How to Submit a Response: 1. Page Limitations: Interested qualified small business organizations should submit a tailored capability statement for this requirement not to exceed 10 single-sided pages including all attachments, resumes, charts, etc. (single spaced, 12 point font minimum) that clearly details the ability to perform the requirements of the notice described above. All proprietary information should be marked as such. Responses should include a minimum of a two pages demonstrating experience over the past two years meeting the requirements of this notice. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferable placed under the eligible small business concern's name and address). Responses will be reviewed only by NIH personnel and will be held in a confidential manner. 2. Due Date: Capability statements are due no later than 11:00 am EST on April 18, 2016. 3. Delivery Point: All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the unique specifications described herein. Written responses can be emailed to Contract Specialist, Megan Kisamore, at Megan.Kisamore@nih.gov or mailed to the address located under Point of Contact. All questions must be in writing and emailed to Megan.Kisamore@nih.gov. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, contractors must have valid registration and certification in the System for Award Management (SAM) and the Online Representations and Certifications Applications (ORCA), through sam.gov. No collect calls will be accepted. Please reference number SBSS- N02RC62557-8 on all correspondence. 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, an RFQ may be published on FedBizOpps. However, responses to this notice will not be considered adequate responses to a solicitation(s). Point of Contact: Inquiries concerning this Notice may be direct to: Megan Kisamore 9609 Medical Center Dr, Room 1E134 Rockville, MD 20850 Megan.Kisamore@nih.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC62557-8/listing.html)
- Place of Performance
- Address: TBA, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04081036-W 20160414/160412235840-ccf54f698ca11e8ed8b2f955008b514a (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 |