Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
SOURCES SOUGHT

66 -- Fluidigm Juno System

Notice Date
8/11/2017
 
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-2017-712
 
Archive Date
9/2/2017
 
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-2017-712 2.Title: Fluidigm Juno System 3.Classification Code: 66 - Instruments & laboratory equipment 4.NAICS Code: 334516 Analytical Laboratory Instrument Manufacturing 5.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 mission of the Stem Cell Translations Laboratory (SCTL) within the National Center for Advancing Translational Sciences (NCATS) is to develop novel strategies in order to bring stem cell technologies closer to drug discovery and regenerative medicine applications. The stem cell unit had previously been working in a section of an existing lab but as the program has developed the need for additional space was required. A new lab has been constructed within the 9800 facility and there is a need for new equipment to furnish this lab. Purpose and Objectives: The purpose of this acquisition is to provide NCATS with a Fluidigm Juno System. Project requirements: Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the requirements below. Generic Name of Product: Targeted DNA Sequencing Library Preparation System. Purchase Description: Juno system including MX Interface Plate, Barrier Tape Applicator and one year warranty Installation Basic Install Application Training Juno System Standard Service Plan Salient characteristics •Abilitiy to generate dozens to hundreds of NGS-ready libraries in a single run using Juno and either the 48 sample or 192 sample Library Prep IFC. •Ability to design assay panels for targeted NGS, SNP genotyping or gene expression to detect DNA variants, mRNAs or miRNAs-from a few targets to several thousand. •Use of integrated IFC control and thermal cycling to enable scalable, automated NGS library preparation for Illumina sequencers and IFC preparation for both gene expression and genotyping analysis using the Fluidigm Biomark HD. System Specifications: Dimensions Height50 cm (19.7in) Width43.9 cm (17.3 in) Depth69.8 cm (27.5 in) Weight62 kg (137 lb) Thermal Control Peltier-based4-99 ºC Max heating rate>4 ºC/sec Max cooling rate>3 ºC/sec IFC Compatibility Library Prep IFCs48.48, 192.24 Dynamic Array TM IFCs48.48, 96.96, 192.24, Flex Six TM Digital Array TM IFCs12.765, 48.770, qdPCR 37K TM Data Storage Ethernet connection1 GB/sec Hard drive40 GB PortUSB port ComputerInternal CPU with touchscreen interface Quantity: One system. Delivery Date: TBD at time of award. Key Personnel: The contractor will be responsible for ensuring that the personnel assigned for service have the technical competence required to complete the service within a reasonable time and maintain the equipment at peak factory performance. Service personnel need to be certified by the Original Equipment Manufacturer (OEM). Other important considerations: None Capability statement /information sought. Interested parties shall submit a capability response that clearly demonstrates the ability to provide the required services. Responses may include: •respondents' opinions about the difficulty and/or feasibility of the potential requirement or proposed acquisition, possible solutions and approaches that may currently exist in the marketplace, and information regarding innovative ideas or concepts; •information regarding respondents': (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information; •general information regarding the respondent's estimate or rough order of magnitude of the effort or time that may be required for completion of the work. (NOTE: This type of information may only be requested as part of an RFI. However, care must be exercised in requesting such information. Information requested must be: (a) necessary; (b) broad in scope; and (c) used for planning purposes only. Detailed estimates must not be requested.); The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc., pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The information submitted must be must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted. The response must be submitted to Jermaine Duncan at e-mail address Jermaine.Duncan@nih.gov The response must be received on or before 11:00a.m. on 8/18/2017 Eastern Time. "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 presolicitation 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/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-SBSS-2017-712/listing.html)
 
Record
SN04625562-W 20170813/170811232342-59d15fd99cd84a4fc2253a397447a05d (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.