Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 06, 2017 FBO #5704
SOURCES SOUGHT

66 -- Automated Liquid Handler - Sources Sought Notice in Word

Notice Date
7/4/2017
 
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 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-17-504
 
Archive Date
8/2/2017
 
Point of Contact
Jermaine Duncan, Phone: 3018277515
 
E-Mail Address
jermaine.duncan@nih.gov
(jermaine.duncan@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice in Word Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE 1.Solicitation Number: HHS-NIH-NIDA-SSSA-SBSS-17-504 2.Title: Automated Liquid Handler 3.Classification Code: 66 - Instruments and Laboratory Equipment 4.NAICS Code: 334516 - Analytical Laboratory Instrument Manufacturing Description 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. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. 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 Gene Expression and Genomic Unit is the only genomics core at NIA Baltimore campus catering the unique sequencing needs of the NIA IRP investigators and thereby helping to fulfil NIA's goal to promote aging-related research. Upcoming projects contain 400-500 RNA samples for gene expression (apart from other samples) which would be impossible to sequence with our current manual sample preparation. The new Biomek i-5 Span-8 automatic liquid handler will can do many genomic sample-prep protocols for Next Generation Sequencing and other molecular biology protocols. This machine will be supported for approximately next 12-15 years which makes Biomek i-5 protected against newer next generation sequencing, genomic and molecular biology protocols. Purpose and Objectives The Gene Expression and Genomics Unit (GEGU), a core facility at NIA/NIH, is purchasing a new Beckman Coulter Biomek i5 Span-8 automated liquid handler for expediting Next-Generation DNA Sequencing (NGS) at NIA-IRP. The number of next-generation sequencing projects are increasing at an astounding rate to answer many scientific questions regarding aging and age-related diseases. To cope up with this increasing sample preparation load and to fully utilize the sequencing instruments already present in GEGU, we need to acquire this Beckman Coulter Biomek i5 Span-8 automated liquid handler. Project requirements Independently and not as an agent of the Government, the Contractor shall furnish all the necessary products listed below: Beckman Coulter Biomek i5 Span-8 automated liquid handler Biomek i5 Span-8 without enclosure Manufacturer: Beckman Coulter Inc Model - Biomek i5 Span-8 without enclosure with components: Part NoDescription Quantity B87578 Beckman Coulter Inc Biomek i5 Span-8 without enclosure 1 B87479 Beckman Coulter Inc ALP 1x5 static 1 B87477 Beckman Coulter Inc ALP 1x1 static 12 B87483 Beckman Coulter Inc ALP Trash 1 148639 Beckman Coulter Inc Integrated Device 120 969125 Beckman Coulter Inc Integrated Solution - CLASS 5 1 B78001 Beckman Coulter Inc Applications Advantage Premium 1 B87508 Beckman Coulter Inc i-Series Theory of Liquid Handling 1 B85955 Beckman Coulter Inc CS, Tips, 1025 uL, Sterile 3 Fltrd, 480 TI B85911 Beckman Coulter Inc CS, TIPS, 190 uL, Sterile Fltrd, 3 960 TIP B85888 Beckman Coulter Inc CS, TIPS, 50 uL, Sterile Fltrd, 3 960 TIPS B85329 Beckman Coulter Inc BIOMEK Method Launcher 1 c02781 Beckman Coulter Inc BIOMEK i-series service install 1 C02782 Beckman Coulter Inc BIOMEK i-series service basic 1 onsitetraining C05021 Beckman Coulter Inc Kit Integration Deck - 1 ATC on i-Series C05753 Beckman Coulter Inc Kit Installation - i-Series 1 Workstation 379448 Beckman Coulter Inc ORBITAL SHAKER ALP 1 A93938 Beckman Coulter Inc Static Peltier ALP Ship Kit 1 B87475 Beckman Coulter Inc i-Series 8-Channel Tip Wash 1 ALP active B87485 Beckman Coulter Inc ALP Mounting Plate 1 C02750 Beckman Coulter Inc ALP Vibration Isolation 1 Mounting Plate Salient characteristics •Biomek i5 Span-8 without enclosure •Manufacturer: Beckman Coulter Inc •Model - Biomek i5 Span-8 without enclosure •Bright, multiple color- and pattern-coded status light bar alerts you to the instrument's current mode, even from across the room •Biomek light curtain provides a key safety feature during operation and method development •Internal LED light illuminates the instrument deck for easy access and monitoring of your workspace status •Off-set, rotating gripper optimizes access to high-density decks, enabling more efficient workflows. •Large-volume, 1 mL multichannel pipetting head expedites sample transfers and enables more efficient mixing steps. •Spacious, open-platform design enables access from all sides to allow for integration of adjacent-to-deck and off-deck processing elements (e.g., analytical devices, external storage/incubation units, and labware feeders). •Onboard cameras enable live broadcasting and on-error video capture to expedite response time and system diagnosis. •Windows 10-compatible Biomek i-Series software provides the most sophisticated pipetting techniques available including automatic volume-splitting, and can interface with third-party and all other Biomek support software Anticipated Contract Type A firm fixed price purchase order is anticipated. Period of Performance/Delivery Requirements 6 weeks ARO Place of Performance Bethesda, MD Capability Statement Contractors that believe that they possess the ability to provide the required equipment components listed above should submit documentation on their ability to meet each of the project requirements to the Contract Specialist. Interested organizations must demonstrate and document in any response submitted, to this market survey extensive experience with and the ability to perform all of the specialized requirements elsewhere described. The information submitted 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. 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. Interested organizations are required to identify their organization name, address, DUNS Number type of business (e.g. 8(a), HubZone, etc), applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government request 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 to Jermaine Duncan, Contract Specialist, via email at jermaine.duncan@nih.gov before the closing date and time of this announcement. All responses must be received by the specified due date and time in order to be considered. Note 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 review 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 anticipates negotiation of a firm fixed price purchase order. Contracting Office Address: 31 Center Drive Room 1B59 Bethesda, Maryland 20892 United States Place of Performance: Bethesda, Maryland 20892 United States Primary Point of Contact: Jermaine Duncan, Contract Specialist Jermaine.duncan@nih.gov Phone: 301-827-7515
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-SBSS-17-504/listing.html)
 
Record
SN04566624-W 20170706/170704233138-f7a94474035a9794a82be6952ec58b3b (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.