SOURCES SOUGHT
66 -- 3D Bio-Printer for Tissue Engineering
- Notice Date
- 5/26/2016
- Notice Type
- Sources Sought
- NAICS
- 333244
— Printing Machinery and Equipment 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, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SBSS-16-380
- Archive Date
- 6/21/2016
- Point of Contact
- Lauren M. Phelps, Phone: 3015942490
- E-Mail Address
-
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Request for Information/Sources Sought HHS-NIH-NIDA-SSSA-SBSS-16-380 3D Bio-Printer for Tissue Engineering 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. Background: The National Center for Advancing Translational Sciences (NCATS) applies the tools of small molecule screening and discovery to the development of chemical probe research tools for use in the study of protein and cell functions, and biological processes relevant to physiology and disease. NCATS uses bio-printing tissue engineering techniques to optimize biochemical, cellular and model organism-based assays submitted by the biomedical research community. Purpose and Objectives for the Procurement: The purpose of this commercial items acquisition is to purchase a 3D bio-printer to increase capability and throughput for bio-printing live tissues. Project Requirements: The NCATS requires (1) 3D Bio-printer to bio-print tissues with the following capabilities: A.The system shall be able to extrude cell embedded matrix in a 3 dimensional design. B.The system shall include at least 4 print heads to accommodate tissue construction of multiple cell types in a specific geometry for a single print. C.The system shall be able to print with a wide range of needle diameter from ~60um-800um to allow creation of large or smaller details in the tissue architecture. D.The system shall be able to calibrate the needle positions before each print using laser calibration or an equivalently precise method, to enable precision in print architecture. E.The system shall be equipped to either heat (up to ~80C) or cool (down to ~5C) all print heads, to accommodate printing matrices which must be kept at specific temperatures. F. The system shall be able to dispense using a range of syringe volumes. NCATS anticipates using the following volumes in its efforts: 3mL - 10mL. G.The system is expected to accommodate print materials including hydrogel and liquid media. H. Liquid dispense capability shall be able to extrude droplets of media for precise placement of low cell density droplets. (~.005mm) I.The system shall be capable of extruding small volume J.The system shall enable contact dispensing for hydrogels as well as contactless (jetting) dispensing processes for liquids to enable high dispense frequency, and accuracy. K.The system shall include a thermobase platform heater (up to ~80C) and cooler (down to ~5C) L.The system shall include UV curing capability for photo-polymerization. M.The system shall be able to secure the position of multiwell plates with SBS footprint, and shall have a reliable method to secure odd shaped receptacles to keep the position snug. N.The system shall include 3D drawing software to create tissue architecture, as well as converter software to generate the script protocol for the printer. O.The system shall include a Biosafety Cabinet class 2 to provide sterility and operator safety to contain it which is strong enough to withhold the weight of the printer and fitted to hold the size. Warranty: The Contractor shall provide a one (1) year warranty on all equipment, parts and repairs except where damage is deliberate, instrument is dropped or misuse beyond instructions provided. All products shall be warranted to be free from material defects in workmanship or material under normal use and service for the warranty period. Anticipated Contract Type: A firm fixed price FAR Part 12 Commercial Items contract is anticipated. Invoicing shall be on a NET30 basis and payment shall be made via Electronic Funds Transfer (EFT). Period of Performance: The anticipated contract period of performance is sixteen (16) weeks from date of award. FOB Destination shipment and inside delivery shall be required. Place of Performance: The Contractor shall deliver the required equipment to 9800 Medical Center Drive; Rockville, MD 20850. Capability Statement: Contractors that believe they possess the ability to provide the required equipment should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The capability statement should include 1) the total number of employees, 2) documentation of ability to provide the required equipment, 3) any contractor GSA Schedule contracts by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Contractors must also 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 to Lauren Phelps, Contracting Officer, via email at lauren.phelps@nih.gov before the closing date and time 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 anticipates negotiation of a firm fixed price commercial items contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-16-380/listing.html)
- Place of Performance
- Address: Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN04131145-W 20160528/160526235241-02050e77bc97fc44aebe8d73f31df278 (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 |