SOURCES SOUGHT
66 -- TapeStation System, Brand Name or Equal
- Notice Date
- 6/14/2013
- 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, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- FDA-RFI-1118215
- Archive Date
- 7/6/2013
- Point of Contact
- Juana Quinteros, Phone: 3018276764
- E-Mail Address
-
Juana.Quinteros@fda.hhs.gov
(Juana.Quinteros@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- General Information: Document Type: SOURCES SOUGHT NOTICE Release Date: June 14, 2013 Response Date: June 21, 2013 at 4:30pm EST, via e-mail Contracting Office Address: Food and Drug Administration (FDA), Office of Acquisition and Grant Services Description: TapeStation System, Brand Name or Equal NAICS Code: 334516--Analytical Laboratory Instrument Manufacturing Background: This is a SOURCES SOUGHT NOTICE to determine the availability of potential small businesses (e.g., 8(a), service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, veteran-owned small business, and women-owned small business) in accordance with FAR 7.104(d). The potential small business will need to demonstrate the capability to provide for a TapeStation System used in food inspection and sampling for detection of whole insects or insect fragments through modern molecular techniques such as end-point PCR and quantitative real-time PCR (qRT-PCR). This request is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Food and Drug Administration (FDA) for any future solicitation. No official solicitation exists; therefore, please do not request a copy of a solicitation. If in the future an official solicitation is released, there is no guarantee that sources responding to this will be included on the source list. Telephone inquiries will not be accepted. The FDA makes no implied or in fact contract by issuing this RFI. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the FDA's view of the information received. Do not send any material that requires a non-disclosure agreement or that may be business sensitive. Responses received that include a non-disclosure agreement or identify information that is business sensitive will not be accepted. Responses to this notice will not be returned. Mission and Objectives: The purpose of this acquisition is to acquire a Brand Name or Equal Agilent 2200 TapeStation system to accelerate and accurately visualize PCR fragments amplified from insect DNA. Technical Capability: Is your company able to provide the following: 1. Detection of sizing range 35-1000 bp for DNA, and 10 to 200 kDa for proteins. 2. Quantitative range 0.1-50 ng/μL for DNA, 2-500 ng/μL for RNA and 5-5000 ng/μL for proteins including (BSA, lysozyme and 12.5-5000 ng/μL for IgG. 3. Excellent reproducibility: Achieve user-independent results through minimal manual intervention and pre-packaged reagents. 4. Low sample need: No more than 2 μL of samples per run - even for high sensitivity analysis. 5. Highest flexibility: Switch with ease between DNA, RNA and Protein. 6. Absolute robustness: The system does not contain fragile or other error-prone features and procedures. 7. Run samples in 16 tubes or 96-well microtiter plates. 8. Obtain results in approximately 1 minute per sample. 9. Scalable throughput and rapid results, which are ideal for quality control of biological samples in next-generation sequencing (NGS), microrarray and qPCR workflows, as well as in protein purification and antibody production. 10. Disposable screentapes and ready-to-use consumables available for DNA, RNA and protein applications. RFI Instructions: This is not an invitation for bid, request for proposal or other solicitation and in no way obligates FDA to award a contract. The sole intent of this Sources Sought Notice is to obtain capabilities for set-aside and procurement planning purposes. Please provide the follow Business information: 1. DUNS Number; 2. Company Name; 3. Company Address; 4. Company Point of Contact, phone number and email address; 5. Type of company under NAICS, as validated via the System for Award Management. Additional information on NAICS codes can be found at www.sba.gov. Any potential government contract must be registered on the SAM website located at http://www.sam.gov; 6. Corporate structure (corporation, LLC, sole proprietorship, partnership, limited liability partnership, professional corporation, etc.); 7. Current GSA Schedules appropriate to this Sources Sought; 8. Current Government Wide Agency Contracts (GWACs); 9. Point of Contact, phone number and email address of individuals who can verify the demonstrated capabilities identified in the responses; 10. Responders should also include a statement about whether or not they have an approved Federal audited accounting system. If the responder has an approved accounting system, please provide the certification in which the accounting system was deemed adequate (e.g. the name of the audit agency and audit number). You may submit as an attachment, which will not count towards the overall page limit. Interested parties having the capabilities necessary to perform the stated requirements may submit capability statements via email to Attn: Juana Quinteros, Contract Specialist at Juana.Quinteros@fda.hhs.gov. CAPABILITY STATEMENTS MUST DEMONSTRATE THE MINIMUM REQUIREMENTS OUTLINED ABOVE. Please address each in order listed above. Responses must identify the RFI number. Please do not provide marketing material. Responses shall be limited to 5 pages. Responses must be submitted no later than 6/21/13. Size of Business: State whether your company is a large business, small business (and also state your under socioeconomic status), College/University, or a non-profit organization. Estimated Dollar Value Range: Based on the government's mission, objectives, and scope of work, what dollar value range would you determine to be the most accurate rough estimate. Under $25,000.00 Over $25,000.00 and Under $50,000.00 Over $50,000.00 and Under $75,000.00
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-RFI-1118215/listing.html)
- Place of Performance
- Address: 5100 Paint Branch Pkwy, College Park, Maryland, 20740, United States
- Zip Code: 20740
- Record
- SN03089552-W 20130616/130614234217-c37d94ca55fa0b456e7a7f72f6af4866 (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 |