SOURCES SOUGHT
66 -- Polymerase Chain Reaction Systerm
- Notice Date
- 6/9/2011
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, Bldg 50 Room 422, Jefferson, Arkansas, 72079, United States
- ZIP Code
- 72079
- Solicitation Number
- 1088884
- Archive Date
- 7/9/2011
- Point of Contact
- Marcia O Park, Phone: (870) 543-7405
- E-Mail Address
-
marcia.park@fda.hhs.gov
(marcia.park@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is for market research purposes only, not a request for proposal or solicitation. The Food and Drug Administration (FDA) is seeking sources, including service-disabled veteran owned small businesses, HUBZone small businesses, 8(a) certified businesses as well as small businesses. The following information is provided to assist the FDA in conducting market research to identify potential contractors for providing the equipment described below. The Center for Drug Evaluation and Research conducts research on the safety, efficacy, and metabolism of pharmaceuticals. CDER's Division of Drug Safety Research performs in vitro and in vivo pharmacology and toxicology experiments. Gene expression profiling is one of the tools used to characterize the response of organisms to drugs. Quantitative real time polymerase chain reaction (qPCR) assays are used for accurately measuring the messenger RNA levels of specific target genes in tissues or cells. Significant changes in specific biological pathways are assessed using low density arrays which are microwell plates preloaded with primers for 12 to 384 target genes that are assays using qPCR. The government is seeking capability statements from small companies that can provide an instrument with salient characteristics as listed. 1. Instrumentation must be able to run quantitative real time polymerase chain reaction (qRT-PCR) assays using real-time fluorescence detection. 2. System must have the ability to run multiple block configurations including 96-well assays, 384 assays, and preloaded low density arrays that are formatted to run 384 assays for 1 sample or up to 48 assays for 8 samples. 3. System must have thermal heating blocks that can run samples in 384 well plates and in preloaded low density arrays, and includes all of the corresponding calibration kits for these formats. 4. System must be capable of running 384 well microfluidic card formats that are designed for the loading of samples without the use of liquid-handling robots or multi-channel pipettors, and includes specialized accessories needed to run low density arrays (i.e., centrifuge buckets and clips, and plate sealers) 5. System must be compatible with the use of SYBR Green 1 dye and hydrolysis probe assays to monitor qRT-PCR. 6. Must be easy to exchange thermal cycling blocks that are accessible from the front of the instrument and exchangeable without the use of secondary tools. 7. System must be compatible with qRT-PCR assays for microRNA and mRNA expression 8. System must have a resolution down to 1.5-fold changes for singleplex assays 9. System must include software to analyze qRT-PCR assays 10. System must include six decoupled excitation and emission filter channels for multiplexed assays 11. System must run on a 100-120 voltage line 12. System must use a NEMA 5-15 or 5-20 electrical outlet plug 13. Purchase must include in-laboratory installation and training 14. Purchase must include 1 year parts and labor warranty, plus one year extended warranty. The associated North American Industry Classification System (NAICS) code is 334516 - Analytical Laboratory Instrument Manufacturing; Small business size standard is 500 employees. Potential contactors must indicate business size, proof of any set-aside certification and company's DUNS number and provide a contact name, the mailing address, phone number and email address of point of contact. Capability statement must provide enough information to determine if company can meet requirements stated above by including technical specifications, descriptive literature, brochures and other information that demonstrates the capabilities of the contractor to meet the requirements. Provide two contact names, email and phone numbers for user of the proposed system that may be contacted by the Government. Identify availability under GSA contract if applicable. Capability statements are due in person, by postal mail or email to the point of contact listed below on or before June 24, 2011 by 1:00 pm CDT at the Food and Drug Administration, OC/OA/OAGS, Attn: Marcia Park, 3900 NCTR Road, HFT-320, Jefferson, AR 92079-9502. Reference 1088884. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response to this notice. The Government reserves the right to use for the information provided by the 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 provide the equipment described. 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 solicitation may be published in the Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. 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 that may result from this market survey. For information regarding this notice, contact Marcia Park, 870/543-7405, Fax 870/543-7990 or email marcia.park@fda.hhs.gov. This is for market research purposes only, not a request for proposal or solicitation. The Food and Drug Administration (FDA) is seeking sources, including service-disabled veteran owned small businesses, HUBZone small businesses, 8(a) certified businesses as well as small businesses. The following information is provided to assist the FDA in conducting market research to identify potential contractors for providing the equipment described below. The Center for Drug Evaluation and Research conducts research on the safety, efficacy, and metabolism of pharmaceuticals. CDER's Division of Drug Safety Research performs in vitro and in vivo pharmacology and toxicology experiments. Gene expression profiling is one of the tools used to characterize the response of organisms to drugs. Quantitative real time polymerase chain reaction (qPCR) assays are used for accurately measuring the messenger RNA levels of specific target genes in tissues or cells. Significant changes in specific biological pathways are assessed using low density arrays which are microwell plates preloaded with primers for 12 to 384 target genes that are assays using qPCR. The government is seeking capability statements from small companies that can provide an instrument with salient characteristics as listed. 1. Instrumentation must be able to run quantitative real time polymerase chain reaction (qRT-PCR) assays using real-time fluorescence detection. 2. System must have the ability to run multiple block configurations including 96-well assays, 384 assays, and preloaded low density arrays that are formatted to run 384 assays for 1 sample or up to 48 assays for 8 samples. 3. System must have thermal heating blocks that can run samples in 384 well plates and in preloaded low density arrays, and includes all of the corresponding calibration kits for these formats. 4. System must be capable of running 384 well microfluidic card formats that are designed for the loading of samples without the use of liquid-handling robots or multi-channel pipettors, and includes specialized accessories needed to run low density arrays (i.e., centrifuge buckets and clips, and plate sealers) 5. System must be compatible with the use of SYBR Green 1 dye and hydrolysis probe assays to monitor qRT-PCR. 6. Must be easy to exchange thermal cycling blocks that are accessible from the front of the instrument and exchangeable without the use of secondary tools. 7. System must be compatible with qRT-PCR assays for microRNA and mRNA expression 8. System must have a resolution down to 1.5-fold changes for singleplex assays 9. System must include software to analyze qRT-PCR assays 10. System must include six decoupled excitation and emission filter channels for multiplexed assays 11. System must run on a 100-120 voltage line 12. System must use a NEMA 5-15 or 5-20 electrical outlet plug 13. Purchase must include in-laboratory installation and training 14. Purchase must include 1 year parts and labor warranty, plus one year extended warranty. The associated North American Industry Classification System (NAICS) code is 334516 - Analytical Laboratory Instrument Manufacturing; Small business size standard is 500 employees. Potential contactors must indicate business size, proof of any set-aside certification and company's DUNS number and provide a contact name, the mailing address, phone number and email address of point of contact. Capability statement must provide enough information to determine if company can meet requirements stated above by including technical specifications, descriptive literature, brochures and other information that demonstrates the capabilities of the contractor to meet the requirements. Provide two contact names, email and phone numbers for user of the proposed system that may be contacted by the Government. Identify availability under GSA contract if applicable. Capability statements are due in person, by postal mail or email to the point of contact listed below on or before June 24, 2011 by 1:00 pm CDT at the Food and Drug Administration, OC/OA/OAGS, Attn: Marcia Park, 3900 NCTR Road, HFT-320, Jefferson, AR 92079-9502. Reference 1088884. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response to this notice. The Government reserves the right to use for the information provided by the 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 provide the equipment described. 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 solicitation may be published in the Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. 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 that may result from this market survey. For information regarding this notice, contact Marcia Park, 870/543-7405, Fax 870/543-7990 or email marcia.park@fda.hhs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1088884/listing.html)
- Place of Performance
- Address: White Oak Campus, 10903 New Hampshire Avenue, Silver Spring, Maryland, 20993, United States
- Zip Code: 20993
- Zip Code: 20993
- Record
- SN02468359-W 20110611/110609234528-f3e8dadae8d81acce9f4898efd468426 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |