SOURCES SOUGHT
66 -- Three PHERAstar FSX multimodal microplate readers or brand equal - Small Business Source Sought notice
- Notice Date
- 3/9/2018
- 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
- NIHDA201800096
- Point of Contact
- Stuart G. Kern, Phone: 3014023334
- E-Mail Address
-
stuart.kern@nih.gov
(stuart.kern@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Small Business Sources Sought Notice 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 NCATS Screening facilities are state of the art laboratories whose goals are: • Collaborate with NIH investigators to perform genome-wide RNAi screening projects (assay development, screening and validation) to understand fundamental biology and accelerate target discovery. • Develop methods that advance the science of RNAi screening and informatics (e.g., by addressing the high incidence of false-positives in RNAi-based target discovery). • Perform education and outreach to increase awareness of the RNAi program's tools and methods. • Pursue new technologies for exploring gene function. The facilities' current robotic system features key elements for an automated screen (reagent dispenser, incubators, pintool, and robotic arms), but lacks a plate reader. Purpose and Objectives: This acquisition is for a multimodal plate reader that offers the most advanced features that are compatible to NCATS current robotic system. Once integrated onto RNAi's robotic system, the plate reader will be able to read plates using many assay technologies including fluorescence intensity (FI), fluorescence polarization (FP), alpha screen, luminescence, absorbance and time resolved fluorescence (TRF), and can be configured with injectors which can inject and read at the point of measurement. NCATS previously acquired three PHERAstar plate readers for offline laboratory use, and having additional readers integrated onto automated robotic platforms are necessary to provide continuity for scientific experiments that have been validated on an offline instrument. The addition of automated plate readers will make it possible for assays to be run in a fully automated fashion, which is critical towards NCATS achieving its scientific mission. Project requirements: NCATS seeks to purchase three BMG PHERAstar FSX multimodal plate readers, or brand equal, for integration on a variety of fully automated robotic platforms. The robotic systems currently feature key elements for an automated screen (reagent dispenser, incubators, pintool, and robotic arms), but lack plate readers. The PHERAstar FSX multimodal plate readers are commercially available items that are customized with options to fit the specific laboratory needs. Brand name or equal multimodal plate readers must have the capabilities detailed below: • UV/Vis Absorbance Spectra • Fluorescence Intensity, including Fluorescence Resonance Energy Transfer • Fluorescence Polarization/Anisotropy • Time Resolved Fluorescence, including Time resolved Fluorescence Resonance Energy Transfer • Luminescence (flash and glow), including Bioluminescence resonance energy transfer • High energy xenon flash lamp • Laser for TRF / TRFRET • Simultaneous Dual Emission (SDE) detection for microplates • SDE detection that can be used in any assay including FP, FRET • Allow for fast TRFRET measurements • Combination of laser excitation and Simulataneous Dual Emission detection • In single flash mode, must be able to read a 1536-well plate • Must capture a full UV/VIS absorbance spectrum (2201000nm) • Maximum footprint 45cm W X 51cm D x 47cm H • 50 kg or less in weight • Easy Integration into the Kalypsys Robotic Platform Anticipated period of performance: Delivery is to be 4-6 weeks after receipt of award. Other Important Considerations: These units are replacements for obsolete outdated equipment. New equipment must not invalidate current results and protocols generated by the use of our current PHERAstar equipment. Best value can also be shown by demonstrating that the successful plate reader can utilize existing PHERAstar-compatible parts, consumables and accessories, so as to maximize the support already in place. Our staff is thoroughly familiar with PHERAstar's software and of its operation; brand-equal products should minimize the training required. Advantages of alternative plate readers must outweigh the cost and delay of incorporating them into existing systems. Capability statement /information sought. Responses to this notice must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The response shall include: the unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Respondents 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. This Notice is posted by the Office of Acquisitions, National Institute on Drug Abuse, NCATS Section. All responses to this notice must be submitted electronically to Stuart Kern, Contract Specialist, stuart.kern@nih.gov. Facsimile responses are NOT accepted. The response must be received on or before Friday, March 16, 2018, at 11 a.m. 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/NIHDA201800096/listing.html)
- Place of Performance
- Address: 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN04849197-W 20180311/180309230951-3092d30f7bc06a1f9770815fb65c9a67 (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 |