Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2018 FBO #6105
SOLICITATION NOTICE

66 -- Corning Epic high-throughput label-free microplate reader, brand name or equal

Notice Date
8/9/2018
 
Notice Type
Presolicitation
 
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
NIHDA201800434
 
Archive Date
8/31/2018
 
Point of Contact
Kimberly Espinosa, Phone: 3018273546, Jeffrey Schmidt, Phone: (301) 402-1488
 
E-Mail Address
kimberly.espinosa@nih.gov, schmidtjr@mail.nih.gov
(kimberly.espinosa@nih.gov, schmidtjr@mail.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. Please note that to qualify as an eligible small business for purposes of a small business set-aside, at least 50% of the cost of contract performance incurred for personnel must be expended for employees of the small business awardee (see FAR 52.219-14 Limitations on Subcontracting). Purpose and Objectives 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 Center for Advancing Translational Sciences (NCATS) is a translational science center that prides itself on its tremendously productive pipeline and is innovative in several ways. NCATS brings together a diverse range of scientists, including medicinal chemists, biologists, toxicologists, and engineers, in to ultimately translate basic science into real products and services that help improve people's lives. NCATS seeks a high-throughput label-free microplate reader to aid in the fight against opioid addiction and enhance research on pain management. This reader will add to NCATS' existing robotic system and increase NCATS' ability to perform high-throughput label-free assays (those not utilizing some sort of light production or other readout), and enable NCATS to perform state-of-the-art assays looking at high level/holistic changes in cell morphology. Project Requirements NCATS seeks to purchase one (1) Corning Epic high-throughput label-free microplate reader, or brand name equal instrument. The Corning Epic high-throughput label-free microplate reader utilizes label-free detection to enable high-sensitivity biochemical and cellular assays. It is commercially available and can be customized with options to fit the specific laboratory needs. Brand name or equal high-throughput label-free plate readers must have the following salient characteristics: •Whole microplate analysis using CCD detection of wavelength shift •No microplate movement (all wells analyzed simultaneously) •384 and 1536-well capabilities •Compact and simplified instrument design (reduced footprint capable of placement within incubator) •Easy Integration into the Kalypsys Robotic Platform The requirements also include field installation and training. Anticipated Period of Performance Delivery is to occur within eight (8) weeks after receipt of order. Installation and training is to occur shortly thereafter. Required Information All capability statements must provide the following: (1) DUNS number; (2) organization name; (3) organization address; (4) point of contact; (5) point of contact title, address, telephone, and email address; and (6) size and type of business (e.g., 8(a), HUBZone, etc.) pursuant the applicable NAICS code. Submission Instructions and Due Date Written capability statements must be SUBMITTED NO LATER THAN 12:00PM EDT THURSDAY, AUGUST 16, 2018 to the below Contracting Office Address, Attn: Kimberly Espinosa. Electronic capability statements will be accepted by the primary point of contact listed below. 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). Contracting Office Address NCATS Section NIDA Office of Acquisition 6001 Executive Boulevard Suite 3151, MSC 9531 Bethesda, Maryland 20892-9531* *Use Rockville, MD 20852 for Fed-Ex/USPS/Courier/Hand-Delivery Points of Contact Primary Point of Contact: Kimberly Espinosa Contract Specialist Kimberly.espinosa@nih.gov Phone: (301) 827-3546
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIHDA201800434/listing.html)
 
Record
SN05029679-W 20180811/180809231405-014ea8b45218ff08f866bc2381be5fc4 (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.