Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2022 SAM #7483
SOURCES SOUGHT

66 -- SOURCES SOUGHT: Benchtop Cell Sorter

Notice Date
5/25/2022 11:50:09 AM
 
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
75N95022Q00272
 
Response Due
6/8/2022 8:00:00 AM
 
Point of Contact
Hashim Dasti, Phone: 3014434577, Karen Mahon, Phone: 3014357479
 
E-Mail Address
hashim.dasti@nih.gov, karen.mahon@nih.gov
(hashim.dasti@nih.gov, karen.mahon@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; (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition; and (4) availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality. For equipment/supply requirements, small business responses must include: (1) the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture), as well as (2) the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule). 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:� Neurodegenerative diseases, especially Alzheimer�s disease, are diseases that greatly affect patients� quality of life and they often require the need of caregivers. The incidence of these devastating diseases is continuously increasing, affecting large number of elderly individuals and presenting an ever greater burden on society and caregivers. Currently, drugs that could effectively treat these diseases do not exist. Moreover, currently, the diagnosis of neurodegenerative diseases is mostly possible at their advanced stages, when symptoms are already pronunced and affect patients� daily functioning. Disease detection at earlier, especially, preclinical, stages would allow NIA to test preventive interventions, combine treatments and lifestyle adjusments that could potentially delay disease onset and slow down disease progression. Extracellular Vesicle are membranous nanoparticles (with sizes from 50 nm � 300 nm) secreted by all healthy and diseased cells, including neurons in neurodegenerative diseases. NIA has pioneered the use of Extracellular Vesicle biomarkers isolated from blood. To be able to effectively isolate Extracellular Vesicle to discover novel biomarkers, NIA must seek out novel and advanced techologies. The field of Extracellular Vesicle biomarkers is fairly new is but developing at very fast pace, because of its tremendeus potential in disease prognosis and diagnosis. Regarding the detection of Extracellular Vesicles in blood and other biofluids and their isolation, NIA often finds currently available technologies not sensitive enough and even obsolete. The required Cell Sorter with nano-scale capabilities presents this next step that is needed in NIA�s current reaserch. NIA requires superior and advanced capabilities that are much needed by the labs and other NIA Intramural Research Program (IRP) labs investigating Extracellular Vesicles for their role in aging and age-associated diseases. Purpose and Objectives: The National Institute on Aging (NIA) investigates biomarkers of neurodegenerative diseases found in Extracellular Vesicles (particles 50-150 nm in size) and isolated from patients� plasma. In order to separate, validate and characterize isolated Extracellular Vesicles, NIA requires an instrument that is capable of separating particles of that size and sorting Extracellular Vesicles based on fluorescent signal tags. As a laboratory that has pioneered the development of biomarkers for Alzheimer's disease using Extracellular Vesicles of neuronal origin, this instrument is needed for the next (more advanced) level of Alzheimer's disease diagnostics. Project requirements: Benchtop Cell Sorter with the following salient characteristics: Violet side scatter configuration: Option to configure detector array to collect side scatter signal from Violet (405 nm) laser. The configured channel (VSSC) can be utilized to better resolve nanoparticles. Scatter resolution: Scatter performance optimized for resolving nanoparticles (nm resolution range). Dynamic laser options for the excitation of multiple markers in single extracellular vesicles simultaneously: Violet, 405 nm Blue, 488 nm Yellow, 561 nm Red, 638 nm Dynamic array of band pass filters for the detection of multiple markers in single extracellular vesicles simultaneously: 405/10 675/30 450/45 690/50 525/40 710/50 585/42 712/25 610/20 780/60 660/10 High sensitivity in main channels used for the detection of fluorescent extracellular vesicles: FITC: <30 molecules of equivalent soluble fluorochrome (MESF-FITC) from the 488 nm laser. PE: <10 molecules of equivalent soluble fluorochrome (MESF-PE) from the 561 nm laser. APC: <25 molecules of equivalent soluble fluorochrome (MESF-APC) from the 638 nm laser. Low sample flow rates (10 ?L/min) for the detection of single extracellular vesicles under non-swarming conditions. Automated maintenance, analysis and sorting setup reducing the time of experimentation and allowing usage by researchers with no prior experience with flow cytometry after basic training. Sorting of scarce sub-populations of extracellular vesicles from complex biofluids will require long sorting times during which the instrument will be running unattended. Hence, the sorter should monitor sorting stability and protect the sorted sample when a clog is detected or if the sorting droplet is unstable. Also, the instrument should be capable of controlling the temperature to protect the sample during long sorting times.� Long sorting times will result in sorted samples with high volume. Hence, the sorter should have collection devices of high-volume capacity (e.g. multiple 5-15 mL tube holders). The instrument should be capable of sorting multiple sub-populations simultaneously (preferably more than three) with high purity. Quantity: 1 Delivery Date: 60 days after receipt of award. Other important considerations: In case domestic sources are available and capable of fulfilling the Government�s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR 25. Capability statement /information sought. Small business concerns that believe they possess the capabilities to provide the required products should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately.� Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Small businesses must also provide their Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. Interested small businesses are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. The respondent must also provide their Unique Entity ID from SAM.gov, 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 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 Hashim Dasti, Contract Specialist, at e-mail address hashim.dasti@nih.gov. The response must be received on or before June 8, 2022 at 11AM 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
SAM.gov Permalink
(https://sam.gov/opp/8b5864ae98e74aa5a290c606958afaa6/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06339088-F 20220527/220526100803 (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.