SOLICITATION NOTICE
66 -- High throughput transepithelial electrical resistance measurement system
- Notice Date
- 3/22/2018
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, NCATS, National Institute on Drug Abuse, National Center for Advancing Translational Science (NCATS), 6001 Executive Boulevard, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- NIHDA201800127
- Archive Date
- 4/17/2018
- Point of Contact
- Jessica Adams, Phone: 3044438761, Jessica Adams, Phone: 3044438761
- E-Mail Address
-
jessica.adams@nih.gov, jessica.adams@nih.gov
(jessica.adams@nih.gov, jessica.adams@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- PRE-SOLICITATION NOTICE OF INTENT NON-COMPETITIVE INTRODUCTION PURSUANT TO FAR Subpart 5.2-Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT TO ACTION. THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Center for Advancing Translational Sciences (NCATS) Section within the National Institute on Drug Abuse (NIDA) Office of Acquisition, intends to negotiate and award a contract for a High throughput transepithelial electrical resistance measurement system. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516 - Analytical Laboratory Instrument Manufacturing with an employee number of 1000. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses of the Federal acquisition Requlation (FAR) in effect through the Federal Acquisition Circular (FAC) 2005-96 (dated November 6, 2017). STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source. DESCRIPTION OF REQUIREMENT Title: High throughput transepithelial electrical resistance measurement system Physical, Functional, and Performance Specifications • PC-controlled high throughput transepithelial electrical resistance (TEER) measurement for epithelial monolayer automates TEER measurement and data logging for use with HTS well plates. • It must measure electrical resistance on 24-well plate (Corning Costar HTS Transwell-24 or Falcon HTS Multiwell) or 96-well plate (Millipore Multiscreen CaCo or Corning 96). • Electrodes should be replaceable and dimensions should be fit to the above transwells as well. • Computer is along with the REMS system, which is similar to Intel I5, 3.2 GHz quad core, 4 Gb RAM, 500Gb hard drive. • Membrane resistance range should be 0 to 2000 Ω and 0 to 20kΩ. • Electrode position resolution should be similar to or higher than +/- 1mm. • User must be able to define scan pattern. Features of the product that are essential to the government's needs: • High-through measurement of TER allows quality control of engineered barrier tissues and enables measurements as one of the functional outcomes. • Process must be fully automated and programmed after insertion of a transwell plate. • It must fit HTS 24-well and HTS 96-well transwell plates. • Electrical resistance range must be 0 to 2000 Ω. • Display with software measuring the electrical resistance outcomes must be along with the system. Quantity: 1 DELIVERY DATE 3 weeks ARO CLOSING STATEMENT This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must be received by 1:00 PM Eastern, April 2, 2018 and must reference number NIHDA201800127. Responses must be submitted electronically to Jessica Adams, Contract Specialist, at jessica.adams@nih.gov and must reference the solicitation number NIHDA201800127 on your electronic request. FAX requests are not accepted. "All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3c9b5921ae59d6c19abd482b4a59b916)
- Place of Performance
- Address: Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN04863560-W 20180324/180322231215-3c9b5921ae59d6c19abd482b4a59b916 (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 |