SOURCES SOUGHT
66 -- High-throughput screening multimodal microplate reader
- Notice Date
- 4/22/2020 10:47:54 AM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95020Q00100
- Response Due
- 5/4/2020 9:00:00 AM
- Archive Date
- 05/19/2020
- Point of Contact
- Hunter Tjugum, Phone: 3018275304
- E-Mail Address
-
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
- Description
- INTRODUCTION This is a Small Business Sources Sought (SBSS) 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 and type of qualified Small Business companies technically capable of meeting this potential 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. �The notice is strictly for research and information purposes only.� The information requested will assist the Government in determining the appropriate acquisition method including small business socio-economic set-aside possibilities and to determine the availability of qualified Small Business companies technically capable of meeting the Government�s potential requirement. �All Small Business companies with the capability and availability to perform the requirement under the applicable NAICS code are invited to submit a response to this notice. NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE The NAICS code applicable to this requirement is 334516 Analytical Laboratroy Instrument Manufacturing with size standard 1000 employees. � Background 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) at the NIH is missioned to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions. The Research Services Center (RSC) and Tox 21 Research Labs are located within the Division of Preclinical Innovation (DPI) at NCATS. Experts in NCATS� DPI develop system approaches that improve the efficiency and effectiveness of the translation process. Examples include advancing new technologies to make preclinical research more predictive and efficient or de-risking potential drug targets or research projects to make them more attractive for commercial investment. RSC and Tox21 have a potential requirement to obtain a multimodal microplate reader for each of their two labs. The plate readers shall be compatible with a variety of fully automated robotic platforms currently used at NCATS. The addition of these readers will make it possible for RSC and Tox21 assays to be run in a fully automated fashion. Once integrated in the laboratories, the readers will be able to read plates using many assay technologies including fluorescence intensity (FI), fluorescence polarization (FP), alpha screen, luminescence, absorbance and time resolved fluorescence (TRF), and can be configured with injectors which can inject and read at the point of measurement. The addition of this instrument will allow scientists in both labs to develop human cell-based models of opioid misuse, addiction, and pain for the Helping to End Addiction Long-term (HEAL) Initiative. The opioid crisis highlights the urgent need for novel non-addictive pain medications, as well as improved treatments, for opioid addiction and overdose. There is a need for pharmacological agents directed at novel targets to test new therapeutic hypotheses, new clinic-ready drugs directed at those targets, and new testing systems with the potential to be more predictive of human clinical response than traditionally used models. Through the HEAL Initiative, NCATS focuses on the development of human cell-based models of opioid misuse, addiction, and pain. The RSC and Tox21 Labs are state-of-the-art research facilities dedicated to addressing the scientific and technological challenges in the induced pluripotent stem cell (iPSC) field. Specifically, the RSC and Tox21 labs aims to develop a renewable supply of human cell-based models focusing on new patient-derived iPSC lines that give rise to specialized, functional nerve cells that are relevant for opioid misuse, addiction, and pain. The readers shall be compatible with a variety of fully automated robotic platforms already housed at NCATS. The addition of the HTS plate readers will make it possible for assays to be run in a fully automated fashion. Once integrated in the laboratory, these units will be able to read plates using many assay technologies including fluorescence intensity (FI), fluorescence polarization (FP), alpha screen, luminescence, absorbance and time resolved fluorescence (TRF), and can be configured with injectors which can inject and read at the point of measurement. Purpose and Objectives This Small Business Sources Sought notice seeks to determine eligible sources capable of achieving the essential features of this potential requirement described in this notice. Specifically, the purpose of this potential requirement is to obtain two (2) high-throughput screening multimodal microplate readers on a BRAND-NAME-OR-EQUAL basis to the PHERAstar FSX multimodal microplate reader, as described and identified herein, manufactured by BMG Labtech, Inc., located at 13000 Weston Pkwy Ste 109, Cary, NC, 27513-2250. The Readers shall be used to perform leading detection technologies for all luminescence and fluorescence based assays. NCATS previously acquired a PHERAstar FSX plate reader from BMG Labtech, Inc. via purchase order 75N95019P00142 issued on January 28, 2019 in total amount $171,853.00. Currently other labs are using the plate reader and attaining additional plate readers for these two labs is necessary and essential for continuation and reproducibility of scientific experiments and results. The existing plate reader for which will be replaced and is currently being used by the RSC and Tox21 labs is an Envision 2102 Multilabel Reader that was inherited from another group in the past. Project Requirements� The Government is seeking to acquire two HTS multimodal microplate readers, configured for NCATS� RSC and Tox21 labs, on a Brand-Name-or-Equal basis to the units described herein manufactured by BMG Labtech, Inc. The following salient requirements are deemed essential for this potential acquisition: � UV/Vis Absorbance Spectra � Fluorescence Intensity, including Fluorescence Resonance Energy Transfer � Fluorescence Polarization/Anisotropy � TimeResolved Fluorescence, including TRF Resonance Energy Transfer � Luminescence (flash and glow), including Bioluminescence resonance energy transfer � High energy xenon flash lamp � Equipped with Laser for TRF / TRFRET � Simultaneous Dual Emission (SDE) detection reducing microplate read times � SDE detection that can be used in any assay including FP, FRET � Allowable for fast TRFRET measurements � Combination of laser excitation and Simulataneous Dual Emission detection � In single flash mode, must be able to read a 1536well plate � Must capture a full UV/VIS absorbance spectrum (2201000nm) � Maximum footprint 45cm W X 51cm D x 47cm H and 50 kg or less in weight Products offered must be essentially equal to the supply described in this solicitation, which specifically includes the following separate items configured to the needed performance charactersitics of the RSC and Tox21 labs. PRODUCT NUMBER PRODUCT NAME QUANTITY: 0472-101A PHERAstar FSX Basic-RSC 1.00 0902-101 STACKER III 1.00 1100-472-401 Absorbance FS Spectrometer 1.00 1100-472-501 High-End TRF/HTRF 1.00 1100-472-502 TR-FRET Laser 1.00 1100-472-601 HTS AlphaScreen Laser 1.00 1300-500 Manufacturer's Warranty 1.00 1300-501 Control and Evaluation Software 1.00 1300-502 Installation and Training 1.00 1300-540 Barcode Readers 1.00 1300-570 Simultaneous Dual Emission 1.00 1400-G2M-FI-540-590 Optic Module 1.00 1400-G3M-AS-680-570 Optic Module 1.00 1400-G3M-AS-680-615 Optic Module 1.00 1400-G4M-TRF-337-665-620 Optic Module 1.00 2000-201 Standard Freight Shipping & Handling 1.00 0472-101A PHERAstar FSX Basic-TOX21 1.00 1100-472-401 Absorbance FS Spectrometer 1.00 1100-472-501 High-End TRF/HTRF 1.00 1100-472-502 TR-FRET Laser 1.00 1100-472-601 HTS AlphaScreen Laser 1.00 1300-500 Manufacturer's Warranty 1.00 1300-501 Control and Evaluation Software 1.00 1300-502 Installation and Training 1.00 1300-540 Barcode Readers 1.00 1300-570 Simultaneous Dual Emission 1.00 1400-G2M-FI-540-590 Optic Module 1.00 1400-G3M-AS-680-570 Optic Module 1.00 1400-G3M-AS-680-615 Optic Module 1.00 1400-G1M-ABS405 �Optic Module 1.00 1400-G3M-BR-480-530 �Optic Module 1.00 1400-G4M-TRF-337-665-620 Optic Module 1.00 2000-201 Standard Freight Shipping & Handling 1.00 The following deliverables of the Arrayed CRISPR Library shall consist of the following types of deliverables: Guide Design: Smart multi-guide design of up to 3 sgRNA per well to knockout protein-coding gene targets; Guide Modifications: Terminal 3 bases on 5' and 3' ends with 2'OMe and PS bonds; Delivery Form: Oligos are shipped and delivered dried at ambient temperature. Contractors submitting a response to this Small Business Sources Sought notice shall possess the ability to achieve the salient government essential features of this potential requirement. Specifically, Offerors to this Small Business Sources Sought notice shall document evidence of being able to provide the subject supply that will allow for the essential features described herein to be accomplished.� Delivery/Warranty/Preventive Maintenance Offerors shall provide an outline for estimated build time with estimated delivery time in full after receipt of an order and any other training or warranty or software license considerations applicable. Offerors shall indicate if warranty or service agreements are included with purchase of the equipment or offered as a separate acquisition. Offerors must indicate any Preventive Maintenance service included in the purchase of equipment, initial warranty or preventive maintenance, and the length of such time, in accordance with their standard commercial warranty practice, or if preventive maintenance is offered as a separate acquisition and the number of years preventive maintenance is provided, and the length of such time, not to exceed a total of five (5) contract years, or one base and four option years in accordance with option clause option to extend the performance period (FAR 52.217-9). Inspection and acceptance will be performed at NCATS located at 9800 Medical Center Drive, Rockville, MD 20852. CAPABILITY STATEMENTS SOUGHT� Interested parties are expected to review this notice to familiarize itself with the requirements of this project. Failure to do so will be at your firm's own risk. Respondents 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 this announcement; (d) quantity; (e) shipping, handling, and/or installation instructions, and/or any special delivery conditions after receipt of an order. � Respondents that believe that they are manufacturers or authorized re-sellers of the equipment 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; (d) quantity; (e) estimated price or cost; (f) shipping, handling, and/or installation charges; and delivery date after receipt of order. � 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. The information submitted must be in outline format that addresses each of the elements of this requirement. A cover page and an executive summary may be included but is not required.� �� � The response is limited to ten (10) pages. �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. �� � Respondents must reference the announcement number on all correspondence related to this Small Business Sources Sought notice. The response must be submitted to Hunter Tjugum electronically, at hunter.tjugum@nih.gov, and be received prior to the closing date specified in this announcement. � CONCLUDING STATEMENTS 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).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8a6464e1ade44e5ca83f8142382704d3/view)
- Record
- SN05632756-F 20200424/200422230139 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |