Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 02, 2023 SAM #7857
SOURCES SOUGHT

66 -- LIQUID HANDLING ROBOT - PULLMAN, WA

Notice Date
5/31/2023 9:38:07 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
USDA ARS PWA AAO ACQ/PER PROP ALBANY CA 94710 USA
 
ZIP Code
94710
 
Solicitation Number
12905B23SS0046
 
Response Due
6/7/2023 12:00:00 PM
 
Archive Date
06/22/2023
 
Point of Contact
Brian Fien, Phone: 5105596341
 
E-Mail Address
brian.fien@usda.gov
(brian.fien@usda.gov)
 
Description
CONTRACT OPPORTUNITIES Type of Notice: Sources Sought Title: 12905B23SS0044 � Sources Sought for Liquid handling instrument Description: This is a Sources Sought notice Only.� This is NOT a solicitation for proposals, proposal abstracts, or quotations.� This Sources Sought is issued for information and planning purposes only as part of USDA ARS market research and does not itself constitute an RFQ. This requirement is covered under NAICS code 334516. The purpose of this notice is to obtain information regarding the availability and capability of qualified sources; Small Businesses; HUBZone small business; service-disabled, veteran-owned small business; 8(a) small business; veteran-owned small business; woman-owned small business; or small disadvantaged businesses; Responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Liquid handling instrument Dispensing tools on a robotic arm which operate by a touch-screen computer supplied with the instrument for controlling the software and system functions, including: 1-50ul single-channel dispensing tool 40-1000ul single-channel dispensing tool 40-1000ul multi-channel dispensing tool Completely contained housing including door safety mechanism to stop operation if door is opened Fixed deck with six secure ANSI/SLAS workstations with options to hold microtubes & 96-well plates, reagent reservoirs, or tube and pipette tip racks Optical sensor for detecting liquid levels, labware and tips Must contain integrated module that facilitates heating, cooling and mixing of samples in one location Includes optional magnet plate allowing bead-based purification in plates with minimal elution volumes for DNA extraction application Must contain HEPA Air Filter and UV Light for Decontamination of workspace Must have automatic exchange of pipette tools and gripper within program methods which avoids manual intervention during an application run Includes optional gripper tool allows for moving labware to different deck positions or stacking of plates and tip boxes Software (included with instrument) Integrated touchscreen PC controller to operate the instrument using existing protocols for liquid additions and mixing and the ability to verify additional user commands and model the automated program before implementation Automatic sensing of 96-well plates or pipette tip racks loaded Automated processing of up to 96 samples Automation protocol application optimization and support Contains database of predefined labware and consumables for all components used on the worktable Offers defined user levels and access rights for increased operational security Programmable and optimizable dispensing and dispensing modes for predefined liquid classes whose physical properties of viscosity, vapor pressure and surface tension differ significantly from water. User-defined pipetting height allowing for optimal magnetic bead cleanup, supernatant removal, and complete emptying of vessels in order to prevent carryover Ability to edit and add to labware database and export newly defined labware to be used on similar or related systems to maximize instrument flexibility and increase capabilities within the available deck space. The Government does not intend to make an award based on responses to this inquiry. This notice does not constitute a commitment by the Government. Capability Statement All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Business concerns that possess the capabilities necessary to undertake this work should submit complete documentation of their capabilities to the Contracting Officer.� Capability statements shall include the Contractors contact point to discuss their response. The capability statement should include: 1)� Acknowledgement that they are able to provide the subject supplies/services being requested; 2) Interested vendors should identify their size standards in accordance with the Small Business Administration; 3) At least three previous requirements that are similar to the requirement include a discussion of the Contract type, delivery method, duration, etc.; 4) Any other information considered relevant to this requirement; and 5) The government requests that no proprietary, classified, confidential, or sensitive information should be included in the response. Any vendor responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine their 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 review of the responses received, a combined synopsis/solicitation may be published on sam.gov depending on the responses received. All responses to this Sources Sought Notice must be received by the notice�s POC by the deadline in order to be considered. Responses may not be returned. Responders are solely responsible for all expenses associated with responding to this Inquiry. Do not submit pricing information in response to this Request.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d0a41182cea440f589f9379e7e066158/view)
 
Place of Performance
Address: Pullman, WA 99164, USA
Zip Code: 99164
Country: USA
 
Record
SN06700290-F 20230602/230531230116 (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.