Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 21, 2023 SAM #7906
SOURCES SOUGHT

66 -- Lorrca (Laser-Optical Rotational Red Cell Analyzer) Oxygenscan or Equal

Notice Date
7/19/2023 9:03:24 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
75N95023Q00529
 
Response Due
7/26/2023 6:00:00 AM
 
Archive Date
08/10/2023
 
Point of Contact
Nick Niefeld, Phone: 3018272094
 
E-Mail Address
nick.niefeld@nih.gov
(nick.niefeld@nih.gov)
 
Description
SOURCES SOUGHT NOTICE Solicitation Number: 75N95023Q00529 Title: Lorrca (Laser-Optical Rotational Red Cell Analyzer) Oxygenscan or Equal Classification Code: 6640 NAICS Code: 334516 Size Standard: 1,000 Employees 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, responses must include the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address 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. 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 the availability and capability of all qualified sources to perform a potential requirement. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement, to determine the method of acquisition, and availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality. 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. Small businesses are encouraged to respond. For equipment/supply requirements, responses must include the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule). 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. The mission of the NIH also includes enhancing health, lengthening life, reducing illness and disability, conducting, supporting and making medical discoveries that improves and saves people�s health and lives. The National Institute of Mental Health (NIMH), Office of the Clinical Director (OCD), Neurodevelopmental and Behavioral Phenotyping Service needs to conduct a functional analysis of red blood cells from patients who have alterations in pain sensitivity or pain response behaviors. The LORRCA (Laser-Optical Rotational Red Cell Analyzer) is a new instrument used for an automated assessment of red blood cell properties. The instrument has the capability to measure elongation/deformability as a function of osmolality, aggregometry or oxygen pressure. In addition, the instrument is capable of fully automating measurement and calculation of various properties of red cells by analyzing their rheological behavior.� Purpose and Objectives: Patients with certain medical conditions such as autism, intellectual disabilities, sickle cell disease, Rett syndrome, can have alterations in pain response and pain behavior as well as abnormalities in red blood cells. In addition to establishing whether those patients have alterations in pain sensitivity or pain behavior, we aim to identify biological correlates of those abnormalities. Our goal is to identify biological correlates of alterations in pain sensitivity, which can inform the identification of biomarkers that can predict the presence and severity of pain sensitivity and pain behavior abnormalities.� We will use the LORRCA to access the function of the red blood cells of those patients Project Requirements: Lorrca (Laser-Optical Rotational Red Cell Analyzer) Oxygenscan or equal: The essential characteristics of this Lorrca Oxygenscan is that it allows for a full assessment of red blood cell deformability as a function of shear stress, osmolality and oxygen pressure.� It also determines the osmotic fragility of elongation index of red cells.� This system is used by research groups worldwide, who conduct research in hematologic diseases that are associated with alterations in pain sensitivity such as sickle cell disease.� This system is the only one available to our knowledge that has the capability to measure all the parameters above in an automated fashion Quantity: ����������� One (1) x : Lorrca (Laser-Optical Rotational Red Cell Analyzer) Oxygenscan and reagents ����������� Product Warranty: 1 years on all system base units and core hardware Anticipated period of performance: The Contractor shall deliver and install the equipment within 60 days after receipt of order. Delivery must be Freight on Board (FOB) Destination and include inside delivery. Training must take place within two (2) weeks of equipment installation. The equipment shall be delivered and installed in coordination with the Contracting Officer�s Representative (COR). The contractor shall provide an Original Equipment Manufacturer (OEM) certified service technician to perform setup, installation, and an on-site 2-day training session for staff members. The contractor shall also provide one day of follow up training with Applications Specialist within 30 days of equipment installation. 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. Companies that believe they possess the capabilities to provide the required products or services 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. 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. 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 following information shall be included on the first page: Name of Company GSA Contract No. DUNS No./CAGE Code Street Address, City, State, Zip code Name of Person Authorized to Provide Quote Telephone Number and Email Address of Person Authorized to Provide Quote 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 Nick Niefeld, Contract Specialist at e-mail �address nick.niefeld@nih.gov. The response must be received on or before Wednesday, July 26, 2023, 9:00 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 www.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/6b38d4e74e8f4d858e5008eeb646dc16/view)
 
Record
SN06756146-F 20230721/230719230052 (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.