Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 25, 2021 SAM #7085
SOURCES SOUGHT

99 -- Automated tube labeling system with PC120/4C, 115V oil-Less Silent compressor

Notice Date
4/23/2021 1:04:49 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
75N95021Q00110
 
Response Due
5/10/2021 7:00:00 AM
 
Archive Date
05/25/2021
 
Point of Contact
Renee Dougherty, Phone: 3018278453
 
E-Mail Address
Renee.Dougherty@nih.gov
(Renee.Dougherty@nih.gov)
 
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:� Research being done on the pathogenesis of neurodegenerative diseases will generate large quantities of samples and tubes that will need to be tracked and recorded into an existing automated cell culture system as well as the laboratory inventory system.� An automated tube labeler is planned as an essential part of the automation system that is designed for the iPSC Neurodegenerative Diseases Initiative (INDI) Project.� Purpose and Objectives: �An automated tube labeler is required for the iPSC Neurodegenerative Diseases Initiative (INDI) Project within the new Center for Alzheimer�s Disease and Related Dementias.� The research being done on the pathogenesis of neurodegenerative diseases will generate large quantities of samples and tubes that will need to be tracked and recorded into the existing automated cell culture system as well as the laboratory inventory system. Salient Characteristics: The automated tube handling system must be customizable so it can be integrated into existing automation systems. It must be able to handle a wide variety of tubes and vials ranging from 0.5 mL to 50 mL in size. In addition to labeling, the labeler must have optional features that can be added or upgraded to best fit specific requirements. � Salient characteristics are listed below: Throughput of 425 tubes/ hour 12-position work deck (accommodates up to 1200 tubes) Thermal transfer printer Ability to handle honeycomb plates Compatible with Matrix and Micronic 2D vials Labels tubes and vials ranging from 0.5 mL to 50 mL Options: Filling of aqueous solutions, uncapping and recapping of screw top lids, 2D barcode scanner used to read or validate. Can handle multiple tube types with same system � Capability statement /information sought. Clearly indicate whether respondents must provide, as part of their responses, a capability statement, �white paper,� answers to questions/issues, etc. This may include requests for: 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 in an 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 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. All responses to this notice must be submitted electronically to the Contracting Officer.� Facsimile responses are NOT accepted. The response must be submitted to Renee Dougherty, Contracting Officer at e-mail address renee.dougherty@nih.gov. The response must be received on or before May 10, 2021, 10:00 am, 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 beta.SAM.gov. 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/72c58eb27aa144fab0945da8d021d44d/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05982073-F 20210425/210423230113 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.