SOURCES SOUGHT
R -- Disassembly and Transportation of Robotic Screening Systems
- Notice Date
- 3/10/2017
- 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, 6001 Executive Boulevard, Room 3155, MSC 9593, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SS-2017-251
- Archive Date
- 3/30/2017
- Point of Contact
- Stacey M Polk,
- E-Mail Address
-
spolk@nida.nih.gov
(spolk@nida.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- 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. Background: The National Institutes of Health (NIH) is the nation's leading medical research agency. Its mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. The National Center for Advancing Translational Sciences (NCATS) is a part of the National Institutes of Health (NIH), and requires the disassembly and transportation of two robotic screening systems. These are two (2) robotic screening systems that are very similar in design and function to the two most heavily used screening systems at NCATS; the Kalypsys primary screening system and the Tox21 Robot. Both of these systems are comprised of robotic arms and all of the necessary platform equipment such as external guarding; robotic bases; electrical junction boxes and cabinets and a variety of other components. Associated with the core components of the system are the peripheral devices; ranging from liquid handlers, pin tools, plate incubators and compound storage carousels. All of these associated peripherals coupled with the robotic work cells are what comprise an automated screening system. NCATS is currently in the process of purchasing this equipment. One of the requirements to completing this purchase is to fully disassemble and remove the equipment from the facility as operated by Merck in North Wales, PA. The objective of this project is to complete the disassembly and removal of an uHTS System, Cell Culture System, and Miscellaneous spare parts, documentation, lids, etc. from Merck's facility and to transport it to NCATS in Rockville, MD. Purpose and Objectives: The purpose of this requirement is to disassemble, remove and transport robotic screening equipment from a facility operated by Merck in North Wales, PA to NIH/NCATS in Rockville, MD so that this equipment can be used by NCATS in future automation projects. Scope of Work Vendor is responsible for: 1.Equipment Preparation Systems The systems should be disassembled in such as manner as to make it relatively easy to reassemble in a new location. In general, the cables and other electrical parts will be crated, labeled and stored on a per work-cell or per system basis. Contractor and NCATS personnel will work together to perform certain critical tasks and to supervise the movers and other subcontractors. The critical tasks include: •Removal and packing of computers and associated equipment •Back up of all programs The systems should be disassembled for local transport and storage. The following components should be shipped and stored as-is (i.e. not on pallets or in crates): •Pintools •Pintool pump stations •Incubators/carousels •Unloading station •Operator workstations with robot controllers •Reader tables The following components will be shipped and stored either on pallets or in crates: •Cables •Robots & robot pedastals •Deck structure and plates •Lids •Spare parts •Miscellaneous components (recirculation pumps, glasswear, etc.) 2.Equipment Move The equipment must be loaded into closed trucks (moving vans) and shipped to a warehouse facility in the Rockville, MD area. The equipment will be offloaded and placed in the warehouse. Equipment that is not needed by the government is to be discarded by the contractor. This determination will be made during disassembly. Equipment to be Moved Qty Description Break down Size (LxWxH) 11 Incubators Incubator module 54 54 84 Shelves 48 48 44 Electronics box + cables 48 48 44 2 Compound Stores Storage Module 54 54 72 Shelves 48 48 44 Electronics box + cables 48 48 44 1 High Capacity Store Storage Module 54 54 72 Shelves 48 48 44 Electronics box + cables 48 48 44 7 Washers Washer 24 60 72 Accessories 24 12 12 2 Pintools Pintool 24 72 72 Accessories 48 48 44 Pump station 30 48 30 1 RT Hotels Crate with RT Hotels 48 48 44 6 Staubli Robots Robot 48 48 Pedestal (2 per pallet) 48 48 Cables 48 48 44 1 Control Station, HTS Rack 48 72 72 Transformer 48 48 Accessories 48 48 44 1 Control Station, Cell Rack 48 72 72 Transformer 48 48 Accessories 48 48 44 2 Wiring Set, HTS Junction boxes 48 72 72 Wiring 48 48 2 Centrifuge Centrifuge 48 48 1 Misc guarding, extrusion Misc 60 96 Offeror must: 1.Be an approved vendor of Merck 2.Have a Certificate of Insurance with terms as approved by Merck 3.Have staff approved to work onsite at Merck 4.Be able to verify proof of insurance for riggers utilized 5.Be able to provide two (2) references demonstrating their ability to disassemble, label, crate and transport robotic high throughput screening systems Anticipated Period of Performance/Delivery Date: Within seven days ARO Capability statement /information sought. Contractors that believe they possess the ability to provide the requirement should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The response should directly and specifically state in the, capabilities statement, which project requirements you can supply. Contractors must also provide their Company Name, DUNS Number, Physical 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. The information submitted must be must be in an outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. 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 (capability statements) sent in response to this Sources Sought Notice must be submitted electronically (via e-mail) to the Contract Specialist. Facsimile responses are NOT accepted. The response must be submitted to Stacey Polk, Contract Specialist at spolk@nida.nih.gov. The response must be received no later than the close date of this notice. "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-01/HHS-NIH-NIDA-SSSA-SS-2017-251/listing.html)
- Place of Performance
- Address: National Institutes of Health, 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN04430853-W 20170312/170310233932-5e2a1cc83ab0f14746f9d4156bdf4b5a (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 |