Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2017 FBO #5643
SOURCES SOUGHT

66 -- Brand Name or Equal Functional Metabolic Analyzer

Notice Date
5/4/2017
 
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, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-17-352
 
Archive Date
5/26/2017
 
Point of Contact
Jermaine Duncan, Phone: 3018277515
 
E-Mail Address
jermaine.duncan@nih.gov
(jermaine.duncan@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE 1.Solicitation Number: HHS-NIH-NIDA-SSSA-SBSS-17-352 2.Title: Brand Name or Equal Functional Metabolic Analyzer 3.Classification Code: 66 - Instruments & Laboratory equipment 4.NAICS Code: 334 - Computer and Electronic Product Manufacturing/334516 - Analytical Laboratory Instrument Manufacturing Description: 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. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Background: The Inherited Movement Disorders Unit (IMDU) research focuses on genetic cause of movements disorders, with a particular focus on recessive causes of Parkinson's disease. To date, the IMDU researchers have investigated the roles of Pink1 and Parkin, two genes linked to recessive Parkinson's disease, in a mitochondrial quality control pathway in cell culture. Researchers want to incorporate genetically modified mice that model Parkinson's disease into studies in an effort to validate findings in cell culture. Additionally, the researchers want to validate novel methods for measuring mitochondrial protein turnover in vivo using transgenic mouse models. A functional metabolic analyzer is required to measure basal and maximal oxygen consumption in cultured cells as well as extracellular acidification. Additionally, this equipment is required to assess respiration in mitochondria isolated from mouse tissues. Purpose and Objectives: The purpose of this acquisition is to procure a Functional Metabolic Analyzer for the Inherited Movement Disorders Unit (IMDU) laboratory. This requirement is issued on brand-name or equal basis. Project requirements: Purchase Description: (1) Trade name: Seahorse XFp Analyzer (2) Brand name: Seahorse XFp Analyzer (3) Manufacturer's name: Agilent (3) Model, type, catalog, and/or part number(s): S7802A: Seahorse XFp Analyzer Salient characteristics Contractor must provide the IMDU with Seahorse XFp Analyzer [Item no.: S7802A]: or equal that meets the following specifications: •System must have the ability to analyze oxygen consumption in a monolayer of 50,000 cells or less •System must the have ability to analyze gylcosis in a monolayer of 50,000 cells or less •System must have the ability to measure oxygen consumption in 5 ug of isolated mitochondria or less •System must have the ability to process at least 6 samples at a time •System must have a device with small enough foot print and stability on a benchtop Quantity: One (1) Seahorse XFp Analyzer (S7802A). Anticipated Contract Type: A firm fixed price purchase order within the Simplified Acquisition threshold is anticipated. Period of Performance/Delivery Requirements: Delivery within 30 days of receipt of order. Contractor must provide in-house delivery and uncrating of all equipment. Vendor must provide installation and training for usage of the equipment. Warranty Requirements: The Contractor shall provide a one (1) year warranty on all equipment from date of installation. 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 an OEM technician to perform all repairs during the warranty period. Place of Performance: The place of performance shall be the National Institutes of Health, Bethesda, MD 20892. Capability Statement: Contractors that believe that they possess the ability to provide the required equipment, warranty, and installation should submit documentation on 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 and warranty 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 request 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 Jermaine Duncan, Contract Specialist, via email at jermaine.duncan@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. Contracting Office Address: 31 Center Drive Room 1B59 Bethesda, Maryland 20892 United States Place of Performance: Bethesda, Maryland 20892 United States Primary Point of Contact: Jermaine Duncan, Contract Specialist Jermaine.duncan@nih.gov Phone: 301-827-7515
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-SBSS-17-352/listing.html)
 
Record
SN04497292-W 20170506/170505000404-c8491ba4eec6aab08f59b89a3483e4c7 (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.