Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
SOURCES SOUGHT

66 -- Microarray Printer & Reader System

Notice Date
4/26/2017
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services - Jefferson, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
FDA1179770
 
Archive Date
5/18/2017
 
Point of Contact
Jennifer L. Johnson, Phone: 8705437830
 
E-Mail Address
jennifer.johnson3@fda.hhs.gov
(jennifer.johnson3@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
MARKET RESEARCH PURPOSES ONLY NOT A REQUEST FOR PROPOSAL OR SOLICITATION The U.S. Food and Drug Administration (FDA), Office of Acquisitions and Grants Services (OAGS) is conducting market research to support the Center for Biologics Evaluation and Research (CBER) requirement for Microarray Printer & Reader System. This is a Sources Sought notice to determine the availability of Small Businesses capable of supplying the required supply item/services. This notice is for planning purposes only, and does not constitute an invitation for Bids, Request for Proposal or Request for Quotation or an indication the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The appropriate NAICS code for the acquisition is 334516—Analytical Laboratory Instrument Manufacturing; Small Business Size standards 1,000 employees. Statement of Need: The U.S. Food and Drug Administration (FDA), Center for Biologics Evaluation and Research (CBER) requires a Microarray Printer & Reader System. This instrument will be implemented into the Vaccine Structure Group lab space. This lab holds a leading glycomics group with work-flows that define glycosylation patterns on vaccine antigens, related pathogen glycoproteins and their research forms. Current and published work investigates the impact of glycosylation on pathogenicity and immunogenicity on pathogen glycoproteins. This system will be used to evaluate receptor specificities of influenza strains in seasonal and pandemic strains and allow assessment of said specificities as indicators of pathogenicity. Other viruses and their relevant carbohydrate binding proteins can also be evaluated. Technical Requirements: 1. The Microarray Printer: a. Shall include non-contact printing b. Shall include a batch size up to 1000 printable samples c. Shall include volume precision 100 pL to 10 nL d. Shall include accurate feature size of 100-500 micron e. Shall include spacing increments: 1 micron to 1.5 micron f. Shall include environmental control 5 to 20 oC g. Shall include spot to spot and slide to slide CV (Coefficient of Variation) < 5% h. Shall include critical parameter monitoring 2. Microarray Reader: Shall include resolution 1-40 micron/pixel Shall include excitation wavelength 532 and 635 nm Shall include compatible Fluors: Cy3, Cy5, Alexa 546, Alexa 555, Alexa 647, and Alexa 660 Shall include compatible with 1 x 25 x 76 mm glass slides Shall include scan area 22 x 74 mm Shall include focus: automatic or manual choices Shall include PMT gain: Linear range 0.1 to 100% 3. Installation, Training and Warranty: Components shall be installed to meet manufacturer’s specifications Users shall be familiarized with the instrument within 4 weeks of delivery Shall include on-line or phone response to problems within 24 hr, onsite service within 48 hr. Shall include a twelve (12) month factory warranty. Deliverables: Contractor shall deliver and install to specifications complete system for Microarray printer/reader system, set up analytical software and provide warranty and training in instrumentation and analysis. Contract Type : Commercial – Firm Fixed Priced Delivery/Period of Performance : 90 calendar days after contract award. Place of Performance/Ship to Address (FOB Destination): US Food and Drug Administration Center for Biologics Evaluation and Research (CBER) ATTN: To be provided upon contract award 10903 New Hampshire Ave Bldg. 52/72, Rm. G430 Silver Spring, MD 20993 Responses to this sources sought shall unequivocally demonstrate the respondent is regularly engaged in providing renovation of processing areas. Though the target audience is small business or small businesses capable of providing Microarray Printer & Reader Systems, all interested parties may respond. At a minimum, responses shall include the following: 1. Business name and bio, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address. Provide this same information again if responding to provide a service offered by another firm. 2. Firms believing they can meet the requirements above shall furnish capability statements sufficiently detailed for the Government to conclusively determine the experience and qualifications of the firm for the above project. Respondents shall limit their capability statements to no more than ten (10) pages, excluding cover page and table of contents. At a minimum, responses shall include the following: a. Cover page shall include, at a minimum, Business name, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address. b. Capability statements must provide detailed references and experience similar to the work described above performed by the contractor in the last three (3) years. For each prior experience reference provide description of work, contract value, customer name and point of contact, customer address, customer telephone number, and any other information to demonstrate qualifications. Indicate if the firm was the prime contractor and installer or subcontractor. c. Capability statement shall provide proof of bonding capability (note magnitude of construction project above). 3. If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement are also requested. If a large business, provide if subcontracting opportunities exist for small business concerns. The Government is not responsible for locating or securing any information, not identified in the response. Interested parties shall respond with capability statements in person, by e-mail, fax, mail or other delivery method before 12:00 pm (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on May 3, 2017 to jennifer.johnson3@fda.hhs.gov, Fax to (870) 543-7990, or mail to the U. S. Food and Drug Administration, OO/OFBA/OAGS/DAP, Attention of Jennifer L. Johnson, 3900 NCTR Road, Building 50, Room 429, Jefferson, AR 72079-9502 and Reference: FDA1179770. 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, a pre ‐ solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. 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/FDA/NCTR/FDA1179770/listing.html)
 
Place of Performance
Address: US Food and Drug Administration, Center for Biologics Evaluation and Research (CBER), 10903 New Hampshire Ave, Bldg. 52/72, Rm. G430, Silver Spring, Maryland, 20993, United States
Zip Code: 20993
 
Record
SN04487053-W 20170428/170427000114-e4236462b8232f514fbb4f273a3c32df (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  © 1994-2020, Loren Data Corp.