Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SOURCES SOUGHT

66 -- 3D Positioning Platform

Notice Date
4/1/2020 1:47:47 PM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95020Q00076
 
Response Due
4/11/2020 1:00:00 PM
 
Archive Date
04/26/2020
 
Point of Contact
Hunter A Tjugum, Phone: 3018275304
 
E-Mail Address
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
 
Description
INTRODUCTION This is a Small Business Sources Sought (SBSS) 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 and type of qualified Small Business companies technically capable of meeting this potential 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.� The notice is strictly for research and information purposes only. The information requested will assist the Government in determining the appropriate acquisition method including small business socio-economic set-aside possibilities and to determine the availability of qualified Small Business companies technically capable of meeting the Government�s potential requirement.� All Small Business companies with the capability and availability to perform the requirement under the applicable NAICS code are invited to submit a response to this notice. NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE The NAICS code applicable to this requirement is 334516 - Analytical Laboratory Instrument Manufacturing with size standard 1000 employees. BACKGROUND The National Institutes of Health (NIH) is the nation�s leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability.� The National Center for Advancing Translational Sciences (NCATS) is a translational science center whose mission is to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions. NCATS experts are applying the techniques of 3-D bioprinting to develop tissue models that mimic the organization and physiology of cells in the tissues of living organisms, in a microplate format for drug screening. The NCATS 3D Tissue Bioprinting Lab has a potential requirement for a versatile XYZ platform with a custom automated microelectrode arm to hold one or two microelectrode holders. This potential requirement will fit with the software and the sensor that can measure dopamine neurotransmitters and shall be a versatile XYZ platform that can be used to meet very fine tolerances in the um range for a variety of electrophysiology and optogenetic measurements. This will require integrated XYZ control coupled with coordinated signal acquisition and generation depending upon the required sensors in question. The platform needs to also be customizable both from a hardware and software perspective fro configuration adjustment. Purpose and Objectives������������������������������������������������� The purpose of this potential acquisition is to obtain one (1) 3D Positioning Platform unit on a Brand-Name-or-Equal basis to the Cetoni neMAXYS 200 - 3D positioning platform as described and identified herein manufactured by Cetoni GmbH, located at Wiesenring 6, 07554 Korbussen, Germany. The neMAXYS 200 - 3D positioning platform will provide NCATS scientists the ability to perform the measurements expected with acceptable accuracy, precision and repeatability. The instrument uniquely combines advanced technical features meeting current NCATS� 3D bioprinting, data acquisition and analysis software needs. Project Requirements Offerors submitting a response to this Small Business Sources Sought notice shall possess the ability to achieve the essential government features specified herein. Products offered must include those salient physical, functional, or other characteristics of the items identified in this notice that are manufactured by Centoni GmBH and deemed essential in meeting the government�s needs. � Specifically, the following are considered essential characteristics of this potential requirement, or its equal: -Must have XY-system with additional z-axis for movements with micrometer accuracy -Must be able to use multiple different interfaces (USB, CAN, RS232, trigger interface) -Must be able to be expanded with other Qmix modules (I/O, heater, controller, pumps) -Need traversing range: 200 x 200 x 50 mm -Must have a max. speed: 200 / 200 / 70 mm/s Products offered must be essentially equal to the supply described in this solicitation, which specifically includes the following manufacturer part number, part name and quantity: A3928000006 � neMAXYS 200 - 3D positioning platform (movement range XY/Z: 544 x 494 / 506 mm, dimensions LWH: 470x480x488 mm, with universal tool [Z] and sample holders [XY], power supply plus USB and RS232 cables) T6000000014 � Qmix SDK 32bit/64bit - Software Development Kit (Windows DLLs, LabVIEW Kit, incl. documentation, programming examples) A2033000144 � Qmix I/O-B module - custom module for implementation of up to 15 Beckhoff I/O KLXXXX bus terminals B5A02000037 � terminal clamp KL1408, digital input 8x DI 8x(L:-3-5V H:11-30V) B5A02000008 � terminal clamp KL2408, digital output 8x DO 8x(0/24V 0,5A) B3720000067 � terminal clamp KL9505, 5V output (0.5A) Ue:24VDC Ua:5V 0,5A B3720000062 � terminal clamp KL3162, 2-channel 16 bit analog input terminal KL3162, 0�10 V, wired, precision 0,05% 2x analog Input 0�10 V, 16bit B5A02000035 � terminal clamp KL3468, 8-channel analog input terminal 0�10 V AI 8x(0..10V) 12Bit B5A02000074 � Potential distribution terminal KL9185 4xVCC 4xGND (von Schiene) B5A02000062 � terminal clamp KL4404, analog out 4x AO 4x(0..10 V) 12 bit B5A02000054 � 4-channel digital input terminal 5 V DC - KL1124 DI 4x(L:0-0,8V H:2,4-5V) B5A02000055 � 4-channel digital output terminal 5 V DC, 20 (8) mA 5 V DC - KL2124���� A2030000033 � Z-Axis for neMAXYS 200���� (2) Contractors submitting a response to this Small Business Sources Sought notice shall possess the ability to achieve the salient government essential features of this potential requirement. Specifically, Offerors to this Small Business Sources Sought notice shall document evidence of being able to provide the subject supply that will allow for the essential features described herein to be accomplished. Delivery/Warranty Offerors must indicate an estimated delivery time in full after receipt of an order and any training or warranty or software licenses applicable, and/or if extended years of service coverage are available or applicable in accordance with the manufacturer�s standard commercial item practice. A fixed-price purchase order type of contract is anticipated. Inspection and acceptance will be performed at NCATS located at 9800 Medical Center Drive, Rockville, MD 20852. CAPABILITY STATEMENTS/INFORMATION SOUGHT Interested parties are expected to review this notice to familiarize itself with the requirements of this project. Failure to do so will be at your firm's own risk. Respondents 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 this announcement; (d) quantity; (e) shipping, handling, and/or installation instructions, and/or any special delivery conditions after receipt of an order.� Respondents that believe that they are manufacturers or authorized re-sellers of the equipment 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; (d) quantity; (e) estimated price or cost; (f) shipping, handling, and/or installation charges; and delivery date after receipt of order.� 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. The information submitted must be in outline format that addresses each of the elements of this requirement. A cover page and an executive summary may be included but is not required. ������������������������������������������������������������� The response is limited to ten (10) pages.� 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. ����������������������������������������������������������������������������������������������������������������������� Respondents must reference the subject announcement number on all correspondence related to this Small Business Sources Sought notice. The response must be submitted to Hunter Tjugum electronically, at hunter.tjugum@nih.gov, and be received prior to the closing date specified in this announcement.� CONCLUDING STATEMENTS 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
SAM.gov Permalink
(https://beta.sam.gov/opp/c41f3cdf62194cd3a86fbb1ca4040aff/view)
 
Record
SN05607795-F 20200403/200401230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.