Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2018 FBO #6116
SOLICITATION NOTICE

66 -- World Presision Instruments Brand Name AUTO TISSUE RES MEASURING SYS, REMS 24 REPL STX

Notice Date
8/20/2018
 
Notice Type
Presolicitation
 
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
NIHDA201800418
 
Archive Date
9/8/2018
 
Point of Contact
Mark E. McNally, Phone: (301) 827-5869, Jeffrey Schmidt, Phone: (301) 402-1488
 
E-Mail Address
mcnallyme@mail.nih.gov, schmidtjr@mail.nih.gov
(mcnallyme@mail.nih.gov, schmidtjr@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION PURSUANT TO FAR Subpart 5.2-Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT TO ACTION. THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Center for Advancing Translational Sciences (NCATS) at the National Institutes of Health (NIH) intends to award a purchase order to intends to negotiate and award a purchase order to World Precision Instruments, LLC, 175 Sarasota Center Blvd., Sarasota, FL 34240, for World Presision Instruments Brand Name AUTO TISSUE RES MEASURING SYS, REMS 24 REPL STX ELECTRODE, and REMS-96C STX ELECTRODE. This equipment is highly specialized for automated measurement. Only this brand name of high throughput transepithelial electrical resistance measurement system provides capacity of high throughput measurement using standard formats of multiwell transwell formats. This system fits 24 and 96 transwell plates (Corning, BD, and Millipore HTS Transwell). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516 with a Size Standard of 1,000 employees. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses of the Federal acquisition Requlation (FAR) in effect through the Federal Acquisition Circular (FAC) 2005-99, dated July 16, 2018. STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source. DESCRIPTION OF REQUIREMENT Project Description The World Presision Instruments Brand Name AUTO TISSUE RES MEASURING SYS, REMS 24 REPL STX ELECTRODE, and REMS-96C STX ELECTRODE. Manufacturer : World Precision Insturments, LLC. Model, type, catalog number : Quantity Stock Code Description One (1) SYS-REMS AUTO TISSUE RES MEASURING SYS One (1) REMS-24 REMS 24 REPL STX ELECTRODE One (1) REMS-96C REMS-96C STX ELECTRODE Salient Characteristics : • PC-controlled high throughput transepithelial electrical resistance (TEER) measurement for epithelial monolayer automates TEER measurement and data logging for use with HTS well plates. • It must measure electrical resistance on 24-well plate (Corning Costar HTS Transwell-24 or Falcon HTS Multiwell) or 96-well plate (Millipore Multiscreen CaCo or Corning 96). • Electrodes should be replaceable and dimensions should be fit to the above transwells as well. • Computer is along with the REMS system, which is similar to Intel I5, 3.2 GHz quad core, 4 Gb RAM, 500Gb hard drive. • Membrane resistance range should be 0 to 2000 Ω and 0 to 20kΩ. • Electrode position resolution should be similar to or higher than +/- 1mm. • User must be able to define scan pattern. • High-through measurement of TER allows quality control of engineered barrier tissues and enables measurements as one of the functional outcomes. • Process must be fully automated and programmed after insertion of a transwell plate. • It must fit HTS 24-well and HTS 96-well transwell plates. • Electrical resistance range must be 0 to 2000 Ω. • Display with software measuring the electrical resistance outcomes must be along with the system. Purpose and Objectives NCATS is in need of acquisition of high throughput transepithelial electrical resistance measurement system. It is required for quality control of bioprinted tissue containing engineered epithelium and vascularized tissue. The automated measurement of electrical resistance will be applied for functional outcome screening of disease model corresponding to drug treatment. Contract Type The Government intends to issue a firm fixed price purchase order for this requirement. Delivery Date Two to three (2-3) weeks after receipt of order (ARO). Delivery shall be to: Attn: Min Jae Song National Institute of Health National Center for Advancing Translational Sciences (NCATS) 9800 Medical Center Dr., Building B, Room 1012A Rockville, MD 20850-6518 CLOSING STATEMENT This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: 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 that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. Responses to this notice must include sufficient information to establish the interested parties' bona fide capabilities of providing the product or service. The price quote shall include: total price, delivery date after receipt of order, and any other information or factors that may be considered in the award decision. Such factors may include: technical capability of the item offered to meet the Government requirement, price, and past performance [see FAR 13.106-2(b)(3)]. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must be received by or before 5:00 PM Eastern Time, Friday, August 24, 2018, and reference number NIHDA201800418. Responses shall be submitted electronically to Contract Specialist Mark McNally at mcnallyme@mail.nih.gov. Fax responses will not be accepted. Contracting Office Address: 6001 Executive Blvd Room 3150, MSC 9559 Bethesda, MD 20892-9559 All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIHDA201800418/listing.html)
 
Record
SN05046208-W 20180822/180820231416-d13d9cf29ea9fa1c2bee320f5c8b32f5 (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.