SOURCES SOUGHT
66 -- Multispecies Clinical Hematology Analyzer with Extended Warranty for the NIA Translational Gerontology Branch
- Notice Date
- 7/11/2016
- 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-16-500
- Archive Date
- 8/4/2016
- 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 Notice HHS-NIH-NIDA-SSSA-SBSS-16-500 Multispecies Clinical Hematology Analyzer with Extended Warranty for the NIA Translational Gerontology Branch 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 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 large business and small business sources, (2) whether they small businesses 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) large and small business 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 on Aging (NIA) is a part of the National Institutes of Health (NIH), conducting research into the causes, treatment, and possible prevention of aging and age-associated diseases. The NIA's mission is to seek fundamental knowledge about the genetic, biological, clinical, behavioral, social, and economic effects of aging and age-related diseases. The NIA Translational Gerontology Branch explores the underlying physiology and mechanisms of aging and age-related diseases in humans and animal models, and tests interventions to improve healthspan and lifespan. Understanding the mechanisms of aging will allow development of interventions and biomarkers to translate to humans to improve overall health and lifespan. Investigators study the physiological and metabolic effects of aging in model species such as mice, rats and non-human primates in order to identify biomarkers for aging. A key aspect of this program is the characterization of non-invasive biomarkers for aging, and to use such biomarkers to predict the success of an intervention such as calorie restriction, which is the most robust and reproducible intervention to consistently extend lifespan and improve health in most species tested. Providing investigators with access to a Multispecies Clinical Hematology Analyzer for Small Volume Blood Samples will allow for the characterization and identification of potential aging phenotypes and biomarkers, which is a crucial part of the mission of the NIA and the Translational Gerontology Branch. Purpose and Objectives for the Procurement: The purpose of this requirement is acquisition of one (1) Multispecies Clinical Hematology Analyzer with Extended Warranty to allow for the characterization and identification of potential aging phenotypes and biomarkers in mice, rats and non-human primates. Project Requirements: Equipment Specifications The NIA Translational Gerontology Branch requires one (1) Multispecies Clinical Hematology Analyzer for Small Volume Blood Samples that meets the following requirements: A.The system must be able to perform analysis on blood of 175 microliters or less. B.The system must include software to perform analysis of blood samples across a wide range of species including mice, rats, non-human primates and primates. C.The system must be able to perform the following assays on one (1) blood sample of 175 microliters or less: CBC, differential results, platelet results, reticulocyte results, WBC morphology, RBD and PLT morphology.. D.The system must have automated daily maintenance. E.The system must utilize peroxidase staining for differential testing. F.The System must be able to measure white blood cells (WBC) in the range of 0.02 to 400 x 103/µL, and red blood cells (RBC) in the range of 0.0 to 7.0 x 106/µL in multiple different species. G.The system must allow for user designed configurations of sample testing and data analysis for multiple different species. H.The system must have a PC work station, peripherals and software that is able to control the analyzer, perform analysis of samples and daily maintenance of the system. Warranty and Extended Warranty: The Contractor shall provide a one (1) year warranty plus a four (4) year extended warranty [total warranty period of 5 years] on all equipment, parts and repairs. The total warranty shall include unlimited service visits (labor and travel) and all necessary replacement parts, excluding disposables, customer maintenance, and operating supplies, excluding holidays, and preventive maintenance visits at the manufacturer's recommended intervals (if applicable) scheduled during normal business hours (8:00 am - 5:00 pm Monday through Friday), excluding holidays by a company certified service technician. All products shall be warranted to be free from material defects in workmanship or material under normal use and service for the warranty period. Equipment Training: The Contractor shall provide training in the use of the equipment to the Government at the Government site within two (2) weeks of equipment installation. Anticipated Contract Type: A firm fixed price purchase order is anticipated. Invoicing shall be on a NET30 basis and payment shall be made via Electronic Funds Transfer (EFT). Period of Performance/Delivery Requirements: The anticipated contract period of performance is eighteen (18) weeks from the date of award. The contractor shall deliver and install the required equipment within sixteen (16) weeks after receipt of order. Delivery must be FOB Destination and must include inside installation. The equipment shall be delivered and installed between the hours of 8:00am and 5:00pm, Baltimore, MD local prevailing time, Monday through Friday. Training must take place at the customer site within two (2) weeks of equipment installation. The contractor shall provide a company certified service technician to perform setup, and installation. Offsite training by the contractor must be provided. Place of Performance: The required equipment upgrade shall be delivered and installed at the NIH Biomedical Research Center located at 251 Bayview Boulevard, Baltimore, MD 21224. The contractor shall be provided access to the room at the time of installation as escorted by Government staff. 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, Contract Specialist, 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-16-500/listing.html)
- Place of Performance
- Address: Baltimore, Maryland, 21224, United States
- Zip Code: 21224
- Zip Code: 21224
- Record
- SN04177996-W 20160713/160711234952-bcf89385101913c0f36f69b3aef2f28c (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 |