SOURCES SOUGHT
66 -- Large CO2 Monitoring Incubator Shaker for HEK Cells
- Notice Date
- 2/20/2018
- 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
- SBSS-NIH-NIDA-18-4861435
- Archive Date
- 3/8/2018
- Point of Contact
- Jason Williams, Phone: 3014965985, Nancy Lamon-Kritikos, Phone: 301-480-2447
- E-Mail Address
-
Jason.Williams1@nih.hhs.gov, nancy.lamon-kritikos@nih.gov
(Jason.Williams1@nih.hhs.gov, nancy.lamon-kritikos@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Contracting Office Address : Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, NINDS Contracts Management Branch, 6001 Executive Blvd, Suite 3287, Bethesda, MD 20892-9531 (FedEx/courier: use Rockville, MD 20852). Introduction : 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. North American Industry Classification System (NAICS) CODE : The NAICS code applicable to this requirement is 334516 - ANALYTICAL LABORATORY INSTRUMENT MANUFACTURING. The corresponding small business size standard is 1,000 or fewer employees. Background Information : The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose 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 Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), conducting research into the cause, treatment, and prevention of neurological disorders. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. Statement of Need and Purpose : The National Institute of Neurological Disorders and Stroke (NINDS) is in need of a large CO2 Monitoring Incubator Shaker for growing large batches of human embryonic kidney (HEK) suspension cells in culture that express ion channel protein. Background Information and Objective : The CO2 Monitoring Incubator Shaker is required for growing suspension cells in culture that express ion channel protein. A large volume (anywhere from 4-10 liters) of cells are required per experiment in order for protein purification purpose. A 5% CO2 level inside the chamber is required to maintain the pH of the culture of the cells. Generic Name of Product : Large CO2 Monitoring Incubator Shaker [Sample] product/catalog item: Multitron Pro, 25 mm catalog #I10002P plus applicable component add-ons (or equivalent product that meets the salient characteristics as indicated below) Salient characteristics a.Incubator must be able to maintain temperature at 37C with cooling as well as heating capability. b.Capacity of the incubator must be large enough to accommodate at least six 4-liter glass culture flasks. c.Must be able to shake contained culture flasks at high speed (220 rpm) for up to 72 hours at a time. d.Incubator needs to have CO2 monitoring and hookup capability and be able to maintain 5% CO2 level inside the chamber at all times. e.Incubator must have humidity capability such that a water source can be used to add extra humidity to the inside of the chamber. Quantity : 1 Delivery Date : 60 days after receipt of order Delivery Location : National Institutes of Health Bldg 35 35 Convent Dr, Rm 3D971 Bethesda, MD 20892 Warranty : Industry standard warranty shall be provided Capability Statement / Information Sought: Contractors that believe they possess the ability to provide the required services should submit documentation of their ability to meet the project requirements to the Contract Specialist. Contractors should also provide their Company Name, DUNS number, Physical Address, and Point of Contact Information and if applicable, Federal Supply Schedule (FSS) contract number. Interested organizations are required to identify their type of business, applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government requests 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 responses to this notice must be submitted electronically to the Contracting Officer. Facsimile responses are NOT accepted. All capability statements sent in response to this Small Business Sources Sought Notice must be submitted electronically (via email) to Jason Williams, Contracting Officer, at willjas@nida.nih.gov in MS Word format. All responses must be received by the specified due date and time in order to be considered. The response must be received on or before March 2, 2018 at 5:00 PM EST. 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 intends to negotiate a fixed-price contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/SBSS-NIH-NIDA-18-4861435/listing.html)
- Place of Performance
- Address: Contractor's facility, United States
- Record
- SN04828455-W 20180222/180220231529-0dcf5a3e25838219f8f53f24bfd975ea (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 |