SOURCES SOUGHT
66 -- ViiA 7 Real-Time PCR System - Package #1
- Notice Date
- 6/14/2012
- Notice Type
- Sources Sought
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
- ZIP Code
- 20892-5480
- Solicitation Number
- 12010631
- Archive Date
- 7/11/2012
- Point of Contact
- Priscilla S.Abalos, Phone: 3015943879
- E-Mail Address
-
priscilla.abalos@nih.gov
(priscilla.abalos@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Sole Source Justification PCR System Features and technology overview The National Institutes of Health, Clinical Center, (Name of Department) is conducting a small business market survey/sources sought to help determine the availability and technical capability of the following entities, as registered and validated at Central Contractor Registration (CCR) at https://www.bpn.gov/ccr/ : • 8(a) Small Business • HUBZONE Small Business • Service Disabled Veteran Owned Small Business • Small Business • Veteran Owned Small Business • Women Owned Small Business This market survey/sources sought is for information and planning purposes only and not a request for proposals/quotes and the Government is not committed to award a contract pursuant to this announcement. The information from this market research is for planning purposes only and will assist the Government in planning its acquisition strategy. This is strictly market research and the Government will not entertain questions concerning this market research or pay for any costs incurred in the preparation of information for responding to this market survey/sources sought notice. BACKGROUND: This document provides details to support the acquisition of the system. From a general point of view, the ViiA Real time Polymerase Chain Reaction (PCR) has become the leading tool for the detection and quantification of DNA or RNA, with this techniques you can achieve precise detection and is accurate down to 1.5 forl rangeand a dynamic range of up to 9 orders of magnitude, because if tge high quality data, Real-Time PCR is commonly used to verify the result of other nucleic acid analysis methods including microarray. 1. Technology- The PCR is a powerful technology that amplifies DNA or cDNA targets up to a million fold. Real Time PCR amplifies the target in the presence of fluorescent dyes and the instrument captures the fluorescent signal in real time to determine how many copies of DNA are present at each year. The ability of the real Time PCR instrument to monitor the amount of targeted that amplifies over the course of the run enables very precise, sensitive, and accurate quantitative measurement to determine the number of starting copies in the reaction. 2. Design - The instrument is available with a robotic arm capable of loading and uploading reaction plates. The resulting integrated unit is designed to provide unattended instrument operations for up to 110 384-well reaction plates. 100 tagman Array Microfluidic Cards, 50 -96 -well plates or 60 fast 96- well plates, this instrument is cUL (tested to CAN/CSA standard) and also manufactures in accordance with quality system requirements that comply with ISO 13485 standards. 3. PCR Flexibility - This instrument can be use for the Gene Expression, copy Number Variation, Pathogenes Detection, Strain Typing, and Viral Load, Protein analysis, Quality control for detection of environment contaminants and Biofuel Development. 4. Application- The applied Biosystems ViiA Real -Time PCR system is indicated for Research Use only, and is not intended for any animal or human therapeutic or diagnostic use. 5. Upgrade- This is an upgrade of an instrument which is no longer be supported by the manufacturer.there is a need to continue the same manufacturer to compare the previous generated data to a new data, and cannot be perform with different methodology. 6. Vendor Support - The instrument is provided with limited warranty for a period of one -year for the date of installation or fifteen months from the date of shipment- which ever is earlier. Factory trained service engineer is available to perform all repairs, Optional post-warranty service contract including next - business -day on -site repairs are available. The equal item must meet all the characteristics of the brand name item to be acceptable for award. ADDITIONAL INFORMATION: The proposed North American Industry Classification System (NAICS) code is 334510Electromedical and Electrotherapeutic Apparatus Manufacturing, and size standard is 500 Employees Responders shall identify if they are the following, based on this NAICS code and their registration/validation at CCR : • 8(a) Small Business • HUBZONE Small Business • Service Disabled Veteran Owned Small Business • Small Business • Veteran Owned Small Business • Women Owned Small Business Responders shall also indicate if they are a Federal Supply Schedule/General Services Administration (GSA) contract holder and reference that contract number in their response. SUBMITTAL OF RESPONSE: Please submit expressions of interest electronically in your own format to include documentation of capabilities in sufficient detail for the Government to determine that your company and its service possesses the necessary expertise and experience to compete for any acquisitions. Please ensure responses do not exceed ten (10) pages and are submitted in a single document. Responses shall be in sufficient detail to allow the Government to assess the capability of your organization. Responses shall specifically address the capability of meeting the requirements above, and also address the following areas: 1) Past Performance: The capability statement shall show that the responder has sufficient relevant past experience under current or past contracts, in providing personnel to perform services similar to the requirements described above. These contracts must be in progress or competed within the past three (3) years. 2) Staff Resources: The capability statement shall show that the responder has the ability to provide, on an as-needed basis for specific tasks, personnel with relevant and sufficient experience, skills and training to meet the requirements described above. Since this is a market survey/sources sought, no evaluation letters will be issued to responders. The due date for submission of this information is 12:00 PM Eastern Standard Time (EST) on (June 26, 2012 ). All submissions shall be submitted electronically to Priscilla Abalos, Contract Specialist, at priscilla.abalos@nih.gov No phone calls please. OTHER GOVERNMENT CONTRACTING OPPORTUNITIES: In addition to this market survey/sources sought, prospective responders are encouraged to review Government procurement opportunities at the following: www.fbo.gov, http://www.hhs.gov/about/smallbusiness/, and https://www.ebuy.gsa.gov/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/12010631/listing.html)
- Place of Performance
- Address: 9000 Rockville Pike Bldg 10/RM 4D03, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02776634-W 20120616/120615000454-5cff42b261f0e25062eec510312d8b3f (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 |