Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 01, 2013 FBO #4268
SOURCES SOUGHT

66 -- Tox 21 Program for Greiner Plates

Notice Date
7/30/2013
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
RFPHHSNIHNIDANCATS3032975
 
Archive Date
8/22/2013
 
Point of Contact
Jasmine D Snoddy, Phone: 301 594 1571
 
E-Mail Address
snoddyj@mail.nih.gov
(snoddyj@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support Simplified Acquisitions, 9000 Rockville Pike, Bldg. 31, Room 1B59 Bethesda, MD 20892, UNITED STATES Introduction: 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. Background Information: These requested Greiner plates are needed to screen the TOX21 compound library for different targets likes HapMap (1000 cell lines project), Antioxidant Response Element (ARE), Heat Shock Element (HSE), Estrogen Receptor (ER), Androgen Receptor (AR), Thyroid Receptor (TR), Mitochondrial Membrane Potential (MMP), P53, hERG channel, DT40 Chicken cells (2 cells lines) etc. Most of the cell lines will use 500 plates per screen. ARE and HSE use luminescent and Fluorescent read out thus they need both white and black plates. (1000 white and 1000 black plates in total) Some of the cell lines like ER, AR and TR will be run in two modes agonist and antagonist, which means for just one target we will run two different assays using double the amount of plates. (3000 white plates in total) HapMap will need 500 plates per run and NCATS still need to do 5 more runs. (2500 plates) Mitochondrial Membrane Potential (MMP), P53, herG channel, DT40 Chicken cells (2 cell lines) will need black plates (2500) Each case contain 60 plates thus considering the high consumption rate of these plates and the slow turnaround time for the plates to be received; to be on safer side NCATS would like our order as following (includes some extra plates to be on hands in case of emergency). Purpose and Objectives for the Procurement: The Tox21 program is a part of the Division of Preclinical Innovation (DPI) within the newly established National Center for Advancing Translational Sciences (NCATS). One goal of the Tox21 program, as part of the DPI group, is to incorporate and develop High Content Screens (HCS) in parallel and/or in conjunction with the center's well-established quantitative High Throughput Screens (qHTS) for cell based toxicity. HCS will enable confirmation of true positive hits obtained for the qHTS. HCS allows you to acquire spatially and/or temporally resolved information on a biological event and automatically quantify the results. These requested Greiner plates are essential tools in our High Throughput evaluations of these assays. Capability Statement: Businesses that believe they possess the capabilities necessary to undertake this work should submit complete documentation of their capabilities to the Contract Specialist. The capabilities statement must specifically address each project requirement separately. Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of scientists, medical experts and technical personnel as it relates to the above outlined requirements, 3) a description of general and specific facilities and equipment available, including computer equipment and software, 4) an outline of pervious research projects that are similar to the project requirements in which the organization and proposed personnel have participated, and 5) any other information considered relevant to this program. The capability statement must not exceed 15 single sided or 7.5 double sided pages in length and using a 12-point font size minimum. Interested organizations are required to identify their 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. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Jasmine Snoddy, Contract Specialist-Snoddyj@mail.nih.gov in MS Word within 15 calendar days of the date of this announcement. All responses must be received by the specified due date and time in order to be considered. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your 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 reviewed of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government intends to negotiate a fixed-price contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/RFPHHSNIHNIDANCATS3032975/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03130997-W 20130801/130730235155-8573960ff449c2d6431d903330d3d2fd (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 |
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.