Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 23, 2020 SAM #6750
SOURCES SOUGHT

66 -- nonoimmunoassay size-based separation platform western blot

Notice Date
5/21/2020 4:01:45 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
USDA APHIS AMES IA 50010 USA
 
ZIP Code
50010
 
Solicitation Number
2020-SS68
 
Response Due
5/29/2020 8:00:00 AM
 
Archive Date
06/13/2020
 
Point of Contact
sarah schauf
 
E-Mail Address
sarah.c.schauf@usda.gov
(sarah.c.schauf@usda.gov)
 
Description
Sources Sought Notice This SOURCES SOUGHT NOTICE. The purpose of this sources sought notice is to determine the interest and feasibility of small business set-asides. This synopsis is for information and planning purposes and is not to be construed as a commitment by the U.S. Government, nor will the U.S. Government pay for information solicited. The information from this notice will help the United States Department of Agriculture, USDA, Animal Plant Inspection Services, APHIS, National Veterinary Services Laboratory, NVSL, Ames, Iowa plan their acquisition strategy or plan. PLEASE NOTE THAT THIS IS NOT A REQUEST FOR PROPOSAL, NO SOLICITATION EXISTS AT THIS TIME. must be a capillary based nonoimmunoassay size-based separation platform must be able to detect chemiluminescence and two color fluorescence must have total protein sensitivity in the ng range; chemiluminescence specificity in the low pg range; fluorescence sensitivity in the high pg range and protein normalization sensitivity in the ng range must have <20% quantification coefficient of variance for total protein, chemiluminescence and fluorescence must be able to detect total protein, chemiluminscence, fluorescence and protein normalization in the molecular weight ladder ranges from 2-440kDa must have less than 10% sizing coefficient of variance for total protein, chemiluminescence, fluorescence and protein normalization must have inter assay coefficient of variance less than 20% for total protein, chemiluminscence, and fluorescence must have a dynamic range of 2-3 logs for total protein; 3-4 logs for chemiluminescence and fluorescence; and 2-3 logs for protein normalization must have capillaries that are 5cm, 100�m, 400nL must have a runtime of < 3 hours for total protein, chemiluminescence and fluorescence and < 4 hours for protein normalization with immunoassay must run 13 or 25 samples per run must have 120V AC, 60hz, and 4.2 amps of power must operate at 18-240C must operate at 20-60% relative, non-condensing humidity system must include: instrument Computer Windows operating system Compass Software (10-seat license) Western blot membrane imaging cartridge must come with a one year warranty must include ongoing training services and full application support Including application support for two-color fluorescence detection, protein normalization, expanded self-test, cartridge information tracking, and traditional western blot imaging must come with �Training support that includes comprehensive training for up to 3 people must come with Compass software installation version 4.1.0 or newer Compass software must installed on a PC with a Windows 10 64-bit operating system, core i5 processor with 8GB of memory, 100GB of free disk space and 2 ethernet ports purchase must include two 2-230kDa Separation Module, 8x25 capillary cartridges purchase must include Training Kit for instrument an introductory training kit �utilizing fluorescence detection demonstrating immunoassay multiplexing Please submit the following information: 1. �Name and address of company 2. �Relevant past performance, including �Contract name � �Contracting Agency or Department Yearly contract value � �Description of work and how it relates to the requirements DUNNS number and business size (the NAICS code is 333315 with a size standard of 1000 Emp Submission requirements: Interested small business firms responding to this market survey must provide a capability statement demonstrating their experience, skills and capability to fulfill the Governments requirements for the above in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b). Please specify one primary and one alternate Point of Contact (POC) within your firm, including telephone numbers and email addresses Only electronic copies of capability statements will be accepted and should be emailed to: sarah.c.schauf@usda.gov The e-mail shall contain the following subject line: Response to Sources Sought Notice � Camera and Scope� 2020-SS68 . A determination by the Government to proceed with the acquisition as a set-aside is within the discretion of the Government. If capability statements are not received from at least two (2) responsible small businesses or if the Government determines that no small business concerns are capable of performing this requirement based upon an assessment of the capability statements submitted, the Government may proceed with a full and open competition. Please submit all information to Submission requirements: Interested small business firms responding to this market survey must provide a capability statement demonstrating their experience, skills and capability to fulfill the Governments requirements for the above in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b). Please specify one primary and one alternate Point of Contact (POC) within your firm, including telephone numbers and email addresses Only electronic copies of capability statements will be accepted and should be emailed to: Sarah.c.schauf@usda.gov. Please submit all information to sarah.c.schauf@usda.gov�May 29th, by 10:00 AMCST. NO TELEPHONE REQUESTS WILL BE ACCEPTED. Place of Contract Performance: 1920 Dayton Ave Ames, Iowa 50010 United States �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c3db59431adc4b0db32b919423aeb869/view)
 
Place of Performance
Address: Ames, IA 50010, USA
Zip Code: 50010
Country: USA
 
Record
SN05668435-F 20200523/200521230232 (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 |
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.