SOURCES SOUGHT
66 -- Cell Imaging Multi-mode Microplate Reader
- Notice Date
- 8/25/2017
- 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-SS-17-626
- Archive Date
- 9/14/2017
- Point of Contact
- Danielle R. Brown, Phone: 301 480 2385
- E-Mail Address
-
danielle.brown2@nih.gov
(danielle.brown2@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE 1.Solicitation Number: HHS-NIH-NIDA-SSSA-SS-17-626 2.Title: Cell Imaging Multi-mode Microplate Reader 3.NAICS Code: 334516 - Analytical Laboratory Instrument Manufacturing 4.Size Standard: 1,000 Employees 5.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 LCS discovered the novel concept of the calcium clock. The clock is the pivotal switch between normal and arrhythmic heart function. Our objective is to further understand the biochemical underpinnings of this clock using a high throughput plate reader. Purpose and Objectives: The LCS performs various assays in cardiovascular biology in microplates. We are in need of a new microplate reader to accommodate the new assays (ELISA, EIA In Cell cytology) we are performing. Purchase Description: Spectrophotometric plate reader, Cytation 5, Biotek, CYT5M Salient characteristics •Must be available with hybrid optical system combining a monochromator fluorescence optical system for flexibility with a filter-based fluorescence optical system for high performance in the same instrument. Monochromator based instrument must be upgradable for the filter-based optics option. • Must have quadruple grating optical design (two gratings per monochromator) for better spectral scanning performance. •Must be able to dispense reagents in all detection modes. •Must be compatible with 2 μL low volume microplate accessory with 16 or 48 sample microspots for direct nucleic acid quantification as well as fluorescence and luminescence measurements. •Must be available with gas control option for CO2/ O2 or CO2 only environmental control. Instrument must be upgradable for the gas control option. •Must be able to control temperature to 45 C with a 4-zone temperature control system, with uniformity across the microplate of ±0.2 C at 37 C to limit edge effects in incubated assays. •Must have automatic Z-height adjustment to automatically accommodate for various microplate heights and fluid levels. •Must have automatic individual well-by-well absorbance path length correction to automatically calculate 1 cm path length corrected results and compensate for pipetting errors. Quantity: One (1) Delivery Date: Within two (2) weeks after receipt of order (ARO). Other Considerations: 2 year warranty Capability statement /information sought. Please provide a capability statement, this includes: •Provide evidence the respondent has performed services. •Provide evidence of similar previous contracts of research of the same magnitude. •Information regarding (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed project of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. Please provide your 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. 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 project requirement and in the capability statement /information sought paragraphs stated herein. The response is limited to one to two (1-2) page limit. The 1-2 page(s) do not include the cover page, executive summary, or references, if requested. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted. The response must be submitted to Danielle R. Brown, Contract Specialist, at Danielle.brown2@nih.gov. The response must be received on or before Wednesday, August 30, 2017 at 12:00PM, Eastern Standard Time. "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)." PURCHASE DESCRIPTION 1.Statement of Need and Purpose: The LCS performs various assays in cardiovascular biology in microplates. We are in need of a new microplate reader to accommodate the new assays (ELISA, EIA In Cell cytology) we are performing. 2.Background Information and Objective: The LCs discovered the novel concept of the calcium clock. The clock is the pivotal switch between normal and arrhythmic heart function. Our objective is to further understand the biochemical underpinnings of this clock using a high throughput plate reader. 3.Generic Name of Product: Cell Imaging Multi-Mode Microplate Reader. 4.Purchase Description: Spectrophotometric plate reader, Cytation 5, Biotek, CYT5M 5.Salient characteristics •Must be available with hybrid optical system combining a monochromator fluorescence optical system for flexibility with a filter-based fluorescence optical system for high performance in the same instrument. Monochromator based instrument must be upgradable for the filter-based optics option. • Must have quadruple grating optical design (two gratings per monochromator) for better spectral scanning performance. •Must be able to dispense reagents in all detection modes. •Must be compatible with 2 μL low volume microplate accessory with 16 or 48 sample microspots for direct nucleic acid quantification as well as fluorescence and luminescence measurements. •Must be available with gas control option for CO2/ O2 or CO2 only environmental control. Instrument must be upgradable for the gas control option. •Must be able to control temperature to 45 C with a 4-zone temperature control system, with uniformity across the microplate of ±0.2 C at 37 C to limit edge effects in incubated assays. •Must have automatic Z-height adjustment to automatically accommodate for various microplate heights and fluid levels. •Must have automatic individual well-by-well absorbance path length correction to automatically calculate 1 cm path length corrected results and compensate for pipetting errors. 6.Quantity: One (1) 7.Delivery Date: Within two (2) weeks after receipt of order (ARO). 8.Period of Performance: 2 year warranty
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-SS-17-626/listing.html)
- Place of Performance
- Address: 251 Bayview Boulevard, Baltimore, Maryland, 21224, United States
- Zip Code: 21224
- Zip Code: 21224
- Record
- SN04646836-W 20170827/170825231221-236ccd1f29d4a86a0d9d029ba661ab95 (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 |