SOURCES SOUGHT
66 -- Pressure Cycling Technology Device for Proteomics Analysis
- Notice Date
- 8/31/2017
- 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, Station Support/Simplified Acquisitions, 6001 Executive Boulevard, Room 3165, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SS-2017-790
- Archive Date
- 9/6/2017
- Point of Contact
- Leon Wong, Phone: 3014807503
- E-Mail Address
-
leon.wong@nih.gov
(leon.wong@nih.gov)
- Small Business Set-Aside
- N/A
- 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: The National Institute on Aging's proteomics lab requires a Pressure Cycling Technology device in order to automate and improve sample preparation for the ongoing GELSTALT proteomics study of human skeletal muscle biopsies and purified white blood cell population. Purpose and Objectives: Bench top device that automates, simplifies and standardizes sample preparation in proteomics, using Pressure Cycling Technology (PCT) to uniformly homogenize samples. Project requirements: The device must possess the following salient characteristics: •Automates, simplifies and standardizes sample preparation in proteomics •Utilizes Pressure Cycling Technology (PCT) to uniformly homogenize samples. •PCT platform based on repeated cycles of hydrostatic pressure between ambient (14.7 psi) and ultra-high levels (up to 45,000 psi). •Incorporates pressure and temperature control for high pressure sample preparation. •A compact, bench top instrument that can process up to 16 samples simultaneously using PCT MicroTubes. •Increased pressure and temperature ranges to support protein extraction from fresh, frozen, and FFPE-treated tissues. •Data input and output options to accommodate validation and quality control. •Two different methods for temperature control (an external circulating waterbath or a built-in electric heater). •Computer-operated control with touch screen programming and automatic data logging. •Ability to control multiple pressure cycling parameters, such as the rate of pressure increase/decrease, both the high and low pressure levels, and the shape of the pressure profile (e.g., sine wave, square wave, and others). Anticipated delivery date: 60 days from date of award Other important considerations: Full 1 year warranty included for parts and labor against manufacturing defects, installation, and training. Warranty should include on-call technical support as well as outstanding local sales support who is trained to do routine troubleshooting of equipment. Capability statement /information sought: Respondents must provide clear and convincing documentation of their capability of providing the products specificed in this notice. Also, information must be provided in sufficient details of the respondents' (a) staff expertise, including their availability, experience, formal and other training; (b) current in-house capability to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and other management capability; and (e) examples of prior completed Government contracts, references, and other related information. 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. Finally, respondents are also encouraged to provide a general overview of the respondent's opinions about the difficulty and/or feasibility of the potential requirement, and any other information regarding innovative ideas or concepts that may be applicable. Submission Instructions: 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. 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 be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted. The response must be submitted to Leon Wong, Contract Specialist, NIH/NIDA/SSSA at leon.wong@nih.gov. The response must be received on or before September 5, 2017 at 5:00PM EST. 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 presolicitation 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-2017-790/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04656154-W 20170902/170831232932-c54f511a9f2280e9222b9c6d8a8602eb (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 |