Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2018 FBO #6110
SOURCES SOUGHT

66 -- Brand Name or Equal Single-Cell Western Blot System and Two-Color Scanner

Notice Date
8/14/2018
 
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
NIHDA201800448
 
Archive Date
9/5/2018
 
Point of Contact
Mark E. McNally, Phone: (301) 827-5869, Jeffrey Schmidt, Phone: (301) 402-1488
 
E-Mail Address
mcnallyme@mail.nih.gov, schmidtjr@mail.nih.gov
(mcnallyme@mail.nih.gov, schmidtjr@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
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 : To establish and move stem cell technologies forward through a more centralized effort, the National Institutes of Health (NIH) has launched the Stem Cell Translation Laboratory (SCTL) within the National Center for Advancing Translational Sciences (NCATS). Part of the NIH Common Fund, the goal of the SCTL is to bring iPSC technology closer to clinical application, drug discovery and regenerative medicine. Through the SCTL, NCATS will provide researchers across various disciplines and organizations with the ability to establish collaborations to advance the translation of regenerative medicine applications. Purpose and Objectives : NCATS requires a brand name or equal single-cell western blot system and two-color scanner to the following: ProteinSimple's Milo and InnoScan 710. ProteinSimple Milo and InnoScan 710 two-color scanner package system is a single-cell western platform for the detection of protein expression in thousands of single cells in a single run. It allows for 1 minute SDS-PAGE separation on each single-cell lysate on-chip. The ProteinSimple Milo and two-color scanner package system provides more a single-cell proteome information than is possible with any other single-cell technique for use in analysis of pluripotent stem cells and differentiated counterparts. Salient Characteristics : • Ability to capture >1000 cells, lyse, and run an SDS-PAGE separation of every single cells and immobilize the separated proteins in a fully automated fashion, in less than 5 minutes. • Includes image analysis software to quantify the acquired data. • Must be compatible with cell diameters of 7-25um. • Must allow single-cell protein separation of 15-175 kDa. • Allow multiplexing of at least 4 proteins per single cell. • Provides as low as 30% differences in same spectral channel. • The accompanying microarray scanner must scan at least two colors ( 532nm and 635nm), a resolution of 3-40um/pixel, confocal detection, real-time autofocus and streamline compatibility with the analysis software. • The Contractor must provide hands-on training on the equipment. • A system training kit must include all the reagents necessary for a hands-on wet lab training session. Anticipated period of performance : Award anticipated for September 2018 with a one-time delivery of the system and training within four (4) weeks after receipt of order. Other important considerations : Cite any other information that is necessary for potential to understand the nature of the potential requirement or proposed acquisition. Capability statement /information sought : Clearly Contractors that believe they possess the ability to provide the required maintenance support services should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. Responses shall include a capabilities statement and the following information: • respondents' opinions about the difficulty and/or feasibility of the potential requirement or proposed acquisition, possible solutions and approaches that may currently exist in the marketplace, and information regarding innovative ideas or concepts; • information regarding respondents': (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 projects of similar nature; (d) corporate experience and 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. 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 The response must be submitted to Contract Specialist Mark McNally at mcnallyme@mail.nih.gov. The response must be received on or before 3:00 PM Eastern Time, Tuesday, August 21, 2018. 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-01/NIHDA201800448/listing.html)
 
Record
SN05036438-W 20180816/180814231404-e3d68a544b891bf3e0173aa978c40aab (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.