SOURCES SOUGHT
66 -- Bond-Max Automated Stainer
- Notice Date
- 5/26/2023 5:00:57 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
- 75N95023Q00326SB
- Response Due
- 6/5/2023 10:00:00 AM
- Archive Date
- 06/20/2023
- Point of Contact
- Robert Bailey, Phone: 3014517586, Joshua T. Lazarus, Phone: 3018276923
- E-Mail Address
-
rob.bailey@nih.gov, josh.lazarus@nih.gov
(rob.bailey@nih.gov, josh.lazarus@nih.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The National Institute of Neurological Disorders and Stroke (NINDS), Neuropathology Unit (NPU) is seeking Capability Statements from Small Business organizations under the North American Industry Classification System (NAICS) code 334516, that are manufacturers of a brand name or equal Leica Biosystems Bond-Max Automated Stainer to be used in the performance of immunohistochemistry and immunofluorescence on formalin-fixed paraffin-embedded (FFPE) sections, as well as frozen procured specimens. This instrument is necessary to provide histology services for many research endeavors throughout the National Institutes of Health (NIH). This is a 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 business sources; (2) the availability of capable 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. The established NAICS code is 334516, Analytical Laboratory Instrument Manufacturing. The U.S. Small Business Administration establishes a size standard for 334516 as 1,000 employees or less. BACKGROUND INFORMATION AND OBJECTIVE: The NPU histology services are critical for many research endeavors, especially those focused directly on the examination of human and animal tissues, such as those experiments being performed across the NIH. In support of this critical need, the NPU of the Surgical Neurology Branch provides NINDS/NIH investigators with access to histology services built upon the capabilities of a Leica Bond-Max automated slide stainer, which is proficient in performing immunohistochemistry and immunofluorescence on formalin-fixed paraffin-embedded (FFPE) sections, as well as frozen procured specimens. Headed by a board-certified neuropathologist, this Unit continually collaborates to support high-quality histology-based research across the NINDS/NIH, which significantly expands our understanding of many aspects of neurological disorders, including viral infections, neuroinflammation, trauma, exposure to neurotoxic substances, epilepsy, neoplasia, and neurodegenerative diseases. The overall goal of the Neuropathology Unit is to translate scientific findings from across the NINDS/NIH into histology-based diagnostic applications that enhance human health and well-being. The Leica Bond-Max Automated Stainer in this lab is a critical component in carrying out this mission. REQUIREMENT: One brand name or equal Leica Biosystems Bond-Max Automated Stainer with the following equivalent component parts: BOND RXm Processing Module BOND PM Add Kit � US BOND RX System Control Kit NXT 1500 VA Line Conditioned On Line UPS BOND RXm � INSTALLATION KIT Up to 4 years extended warranty and maintenance services Salient Characteristics: The following brand name or equal product features/characteristics are required for this requirement: Module must be compact and fit on a benchtop Provide a high-quality staining, level of reproducibility and output Automated slide staining that provides reliable and reproducible high-quality immunohistochemical, immunofluorescence, and in situ hybridization staining Multiplex immunofluorescence capability Three-tray system Consistent run times to accommodate incoming workloads Quick staining cycle with an approximate 3.5 hour run time Short run time, coupled with adaptable slide volume to allow for flexible workloads Lean and efficient reagent usage and flexible dispense volumes, to allow reagents to go further while generating less waste for disposal Relatively simple and modifiable user interface Pre-staining customization for probe application/removal and to change incubation time and temperature Staining customization that allows users to use their preferred markers, create their own detection systems and select dispense type Multiplexing with the ability to stain chromogenically and fluorescently and stain between 2-6 markers per slide Capability to mix up to 6 different chromogens Capability to create staining protocols Capable of incorporating multiple rounds of retrieval to support reagent stripping A slide capacity of at least 30 slides Reagent container capacity of 7ml and 30ml A minimum of 36 reagent containers 2L Hazardous waste container capacity 9L External bulk waste container capacity 12 month warranty from the date of delivery. All service performed on this equipment shall be provided by certified and factory trained technicians. Technicians shall have the ability to diagnose the systems on site via remote access. Contractor shall provide any required replacement components due to malfunctions on-site. All travel and labor necessary to repair the instrument and all parts are provided by the vendor at no cost to the customer. Four (4) one-year options to extend service coverage upon expiration of the original warranty. Anticipated Delivery Date: This equipment shall be delivered 4 to 6 weeks after contractor receipt of Purchase Order INSTRUCTIONS: Companies that believe they possess the capabilities to provide the required product should submit documentation of their ability to meet each of the requirements to the Contracting Officer. The capability statement must specifically address each of the 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. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. Interested companies 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 established NAICS code is 334516. Respondents must provide clear and convincing documentation of their capability of providing the products and support services specified in this notice. Also, information must be provided in sufficient details of the respondents� (a) staff expertise, including their availability, experience, formal and other training; (b) capability to perform the work; (c) prior completed projects of similar nature; (d) compliance with requirements: Vendors must identify and demonstrate specifically how they will meet the requirements listed above. Any other specific and relevant information about this particular area of procurement that would improve our consideration and evaluation of the information presented is desirable. Documentation may include, but not be limited to, contracts both Government and commercial the organization performed, references, i.e., names, titles, telephone numbers and any other information serving to document the organizations capability, e.g., awards, commendations, etc. The information submitted must be in an outline format that addresses each of the elements of the requirement and in the capability statement paragraphs stated herein.� A cover page and an executive summary may be included but is not required. Any business concerns that believe they possess the capability necessary to successfully undertake the work described above must SUBMIT CAPABILITY STATEMENTS ELECTRONICALLY to the Contract Specialist, Rob Bailey at Rob.Bailey@nih.gov, NO LATER THAN 1:00 p.m. EST on June 5, 2023. The Subject line for the submission should include this Sources Sought Number and organization name. NIDA will not accept paper or faxed capability statements. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS.� This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. 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 on 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://sam.gov/opp/d136a0116f86401581b2374a32dfefcf/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06696567-F 20230528/230526230110 (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 |