Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2016 FBO #5335
SOURCES SOUGHT

66 -- Brand Name or Equal Automated Liquid Handling Robotics System

Notice Date
6/30/2016
 
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, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-16-477
 
Archive Date
7/27/2016
 
Point of Contact
Lauren M. Phelps, Phone: 3014802453
 
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-16-477 Brand Name or Equal Automated Liquid Handling Robotics System 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 Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), conducting research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. The NINDS Neuro Therapeutics Development Unit (NTDU) provides a resource for investigators at INDS and other NIH Institutes to develop neuroprotective and neuro generative therapeutics entities. A significant part of this work includes development of cell based assays to identify, evaluate and characterize potential agents as possible treatments for neurological disorders. To do this, the NINDS NTDU requires an automated liquid handling robotic system. Purpose and Objectives for the Procurement: The purpose of this acquisition is to procure an Automated Liquid Handling Robotics System to pipet drug substances into assay plates, create compound dilution plates for assays, create new compound plates for drug screening and to set up serial dilutions in order to evaluate new compounds in dose response fashion for the Neuro Therapeutics Development Unit. This requirement is being competed on a brand name or equal basis. Project Requirements: The Contractor shall provide the NINDS Neuro Therapeutics Development Unit with one (1) Biomek NXP Multichannel system [Biomek Part Numbers: A311841, 719715, B40917, 719368, 719356, 719948, 719347, 719357] or EQUAL as follows: a.The system must contain both 96 and 384 well pipetting capacity to generate new chemical compound plates, create compound dilution plates and transfer media and chemicals to assay plates to complete compound screening assays. b.The system must dispense and sample liquids into both 96 well and 384 well compound plates, or small vials set up in a manner similar to a 96 well plate. These plates may be used for archival storage of chemical compounds, creation of replicate daughter plates of the original plates, or plates used in the neurotoxicity screening assays. c.The system must have an automated pipetting system with the ability to process 1uL to 100uL volumes for at least two pipetting pods. d.The system must have the ability to feed samples into heating and cooling systems for thermal cycling and shaking systems. e. The system must have a robotic arm that allows for a user to program a device to manipulate external labware. f.The system must have the capacity to protect samples from possible laboratory pollutants as well as track and identify all samples. g.The system must include a Windows 7 based controller, a 200 uL 96 tip pipet head, a 30 uL 384 tip pipet head, a tip loader, a 4x3 automated labware positioner (ALP), and a 1x1 ALP. h.The system must at a maximum not exceed 36 inches wide, 32 inches deep and 44 inches high to fit available bench space. Reconditioned equipment is acceptable as long as the Contactor provides a certificate from an Original Equipment Manufacturers (OEM) Technician that indicates the equipment's condition and the equipment OEM service records. Warranty Requirements: The Contractor shall provide a one (1) year warranty on all equipment, parts and labor. All products shall be warranted to be free from material defects in workmanship or material under normal use and service for the warranty period. The Contractor shall provide a certified OEM technician within 24 hours of being contacted by the Government to perform a repair during the warranty period. Training Requirements: The Contractor shall provide on-site training on use of the equipment to the Government following installation. Training shall be for up to five (5) individuals over a one (1) day period for a duration of at least eight (8) hours. The Contractor shall provide an original equipment manufacturer (OEM) service technician to perform training. Anticipated Contract Type: A firm fixed price purchase order within the Simplified Acquisition threshold is anticipated. Period of Performance: The contractor shall deliver and install the equipment within one (1) week after receipt of order. Delivery must be FOB Destination and delivery must be performed during normal working hours (from 8:00 AM to 5:00 PM local prevailing time, Monday through Friday). The contractor shall provide on-site training within one week (1) week of equipment delivery. Training shall take place between the hours of 8:00am and 5:00pm, Bethesda, MD local prevailing time, Monday through Friday. The Contractor shall provide an OEM technician to perform installation and training. Place of Performance: The place of performance shall be Bethesda, MD 20892. 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 purchase order.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-16-477/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04167765-W 20160702/160630235424-4cf27e3a674c883013d8b98319af7cc6 (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.