Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 04, 2024 SAM #8408
SOURCES SOUGHT

66 -- DNA Extractor

Notice Date
12/2/2024 8:35:31 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
75N95025P00064
 
Response Due
12/11/2024 9:00:00 AM
 
Archive Date
12/26/2024
 
Point of Contact
Andrea Clay, Phone: 3014802449
 
E-Mail Address
amcgee@nida.nih.gov
(amcgee@nida.nih.gov)
 
Description
� Solicitation Number: 75N95025Q00064 � Title: Maxwell RSC System � NAICS Code: 334516 Analytical Laboratory Instrument Manufacturing � 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: 1. Purpose and Objectives: The purpose of this acquisition is to provide an instrument for high throughput DNA extraction of patient samples. Description: The Contractor shall provide the Government with the following: � Automated purification of nucleic acids from blood, serum, plasma, viral transport media, cells, swabs, and saliva suitable for use in PCR and NGS applications � Automated purification of nucleic acids from formalin fixed and paraffin embedded (FFPE} tissue samples for in vitro diagnostic applications � Ability to perform automated nucleic acid extraction in either an in vitro diagnostic or research use operating mode � Purification method that uses sample lysis and binding to paramagnetic particles as the primary separation principle � Utilization of a low elution volume (LEV) format for sample processing allowing for maximum nucleic acid concentration � Automated processing of 1 to 16 samples per purification run with run times between 23-70 minutes � Heated elution to improve yields � Pre-filled reagent cartridges � Pre-loaded extraction protocols for each type of starting material � Quantus""' Fluorimeter for quantification of nucleic acids and proteins � Integration with Liquid Handler for automated pre- and post-extraction sample preparation � A footprint size no larger than 13� by 14� � Portal software for seamless passing of sample tracking data from one instrument module to the next 4. Quantity: 1 each 5. Delivery Date: 30 days after receipt of award Place of Performance: 251 Bayview Blvd Baltimore, MD 21224 Capability statement /information sought. Contractors that believe they possess the ability to provide the requirement should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The response should directly and specifically state in the, capabilities statement, which project requirements you can supply. Contractors must also provide their Company Name, DUNS Number, Physical 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 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 (capability statements) sent in response to this Small Business Sources Sought Notice must be submitted electronically (via e-mail) to the Contract Specialist. Facsimile responses are NOT accepted. The response must be submitted to Andrea Clay, Contract Specialist at e-mail address amcgee@mail.nih.gov The response must be received on or before December 11, 2024 at 12:00PM, 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/6a8ee718ab424c98b19f332afa7e2f20/view)
 
Place of Performance
Address: Baltimore, MD 21224, USA
Zip Code: 21224
Country: USA
 
Record
SN07279405-F 20241204/241202230114 (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.