SOURCES SOUGHT
66 -- Well Microplate Imaging System
- Notice Date
- 7/29/2016
- 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, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SS-2016-597
- Archive Date
- 8/23/2016
- Point of Contact
- Hunter A. Tjugum, Phone: 301 435 8780
- E-Mail Address
-
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Introduction This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. 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. The information requested will assist the Government in determining the appropriate acquisition method, including whether a small business social-economic set-aside, competitive or non-competitive method is possible, and to determine the availability of all qualified companies technically capable of meeting the Government's requirement. NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE The NAICS code applicable to this requirement is 334516 - Analytical Laboratory Instrument Manufacturing with associated business size standard 1000 employees. Background The National Institute of Aging (NIA), one of the 27 Institutes and Centers of the National Institutes of Health, leads a broad scientific effort to understand the nature of aging and to extend the healthy, active years of life. The Intramural Research Program (IRP) of the NIA provides a stimulating setting for a comprehensive effort to understand aging through multidisciplinary investigator-initiated research. The IRP is located in federally-leased buildings on the Johns Hopkins Bayview Medical Campus in Baltimore, MD. The goals of the IRP are to support a broad-based research program centered around critical issues regarding the general biology of aging and age-associated diseases and disabilities. The specific areas of study on the general biology of aging have focused on: (1) characterization of normal aging, (2) cell cycle regulation and programed cell death, (3) stress response, and (4) DNA damage and repair. Age-associated disease and disabilities research has included the study of: (1) Alzheimer's disease, (2) cancer, and (3) osteoporosis, osteoarthritis, and frailty, (4) cardiovascular disease and hypertension, and (5) diabetes. Additionally, researchers at the IRP continue to develop and/or test different intervention strategies (pharmacotherapy, gene therapy, and behavioral or lifestyle changes) to treat many of these age-associated diseases. The NIA Laboratory of Molecular Biology and Immunology (LMBI) elucidates molecular mechanisms of processes that contribute to age-associated changes in physiology, including diseases whose prevalence increases with age. LMBI research has three interconnected themes: 1) molecular mechanisms of basic cellular processes, 2) immune cell function, and 3) translating basic mechanisms to clinical research. LMBI consists of the following Sections: Gene Regulation Section; Antibody Diversity Section; Lymphocyte Differentiation Section; Immunotherapeutics Section; and Transcription Systems Dynamics and Biology Unit. PURPOSE AND OBJECTIVES This Small Business Sources Sought notice seeks to determine eligible sources with the capability to provide a single configurable system combining automated digital widefield microscopy with conventional multi-mode microplate reading to provide phenotypic cellular information and well-based quantitative data. This potential requirement includes an instrument that will be critically important for ongoing projects in LMBI including 1) analysis of cell-cycle regulation in lymphocytes obtained from genetically modified mouse strains and from primary human peripheral blood lymphocytes collected across the aging spectrum, 2) lymphocyte proliferation and apoptosis, and 3) screening the effects of various molecules on lymphocyte functions. The objective of this potential instrument will allow for a single cell based analysis of signaling and cell-cycle regulation during aging and in response to cellular stress or chemical compounds to occur. PROJECT REQUIREMENTS Contractors submitting a response to this Sources Sought notice shall possess the ability to achieve the essential requirements described in this potential requirement. Specifically, Offerors to this Sources Sought notice shall document evidence of being able to provide an instrument for automated digital widefield microscopy with conventional multi-mode microplate reading to provide phenotypic cellular information and well-based quantitative data. The following essential features shall be accomplished: 1) Single instrument platform to process workflows that would traditionally require multiple instruments and software interfaces, and is simple to setup and operate. 2) Available laser autofocus and image-based autofocus to ensure fast and accurate image acquisition with minimized phototoxicity across a broad application range. 3) Multi-mode microplate reader that incorporates variable bandwidth monochromator optics and high sensitivity filter-based detection optics for optimal versatility and performance. 4) Live cell imaging and multi-mode assays optimized with incubation to 65°C and shaking, plus available C02/02 control and dual reagent injectors. 5) Image capture, data collection and powerful image and data analysis managed with software, specifically designed for uncomplicated processing of even the most complex assays. DELIVERY: Offerors to this notice shall indicate warranty and shipping terms and shall indicate the soonest estimated time of delivery after receipt of an order to a government facility located at 251 Bayview Blvd, Baltimore, MD 21224. CAPABILITY STATEMENT / INFORMATION SOUGHT Interested parties are expected to review this notice to familiarize itself with the requirements of this product or service. Failure to do so will be at your firm's own risk. Respondents must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in this announcement; quantity; shipping, handling, and/or installation instructions; and/or any special delivery conditions after receipt of an order. Respondents that believe that they are manufacturers or authorized re-sellers of the equipment specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. The respondent must also provide their DUNS number, organization name, 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 product requirement. 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 to this notice must reference the announcement number of this Sources Sought notice and be submitted electronically. Facsimile responses are NOT accepted. The response must be submitted to the Contract Specialist, Hunter Tjugum, at hunter.tjugum@nih.gov prior to the closing date specified in this announcement. CONCLUDING STATEMENTS 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 pre-solicitation 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
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SS-2016-597/listing.html)
- Record
- SN04201880-W 20160731/160729234755-a50facf571ccd8c64f8d89f1a1f720b6 (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 |