Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 31, 2020 SAM #6911
SOURCES SOUGHT

66 -- BIOREP Perifusion System

Notice Date
10/29/2020 2:43:33 PM
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26021Q0059
 
Response Due
11/3/2020 5:00:00 PM
 
Archive Date
11/18/2020
 
Point of Contact
Michael J Gamby, Michael.gamby@va.gov, Phone: 360-816-2775
 
E-Mail Address
Michael.Gamby@va.gov
(Michael.Gamby@va.gov)
 
Awardee
null
 
Description
Sources Sought The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers, other Small Businesses interested and capable of providing items requested, as well as any large businesses. The intended contract is a firm-fixed price contract. A SBA Non-Manufacturer Rule Waiver will not apply if this requirement is set-aside for small business. It does apply to all other socioeconomic small business categories. The Department of Veterans Affairs, NCO20 is looking for BRAND NAME or EQUAL sources of the following: BIOREP TECHNOLOGIES FULLY AUTOMATED PERIFUSION SYSTEM WITH PNEUMATIC MANIFOLD & AUTOMATIC TRAY HANDLING, 115 VAC The equipment must meet the minimum of the following: The requested system must perform in vitro testing of cells or tissue whereby fluid (culture media or salt solutions) containing compounds of interest (metabolic stimuli, pharmacological inhibitors, etc.) are passed across these cell samples in a programmable manner, under highly controlled temperature and flow-rate conditions. In this manner, cellular function and viability can be measured in real-time, dynamic experiments. Perifusate must be immediately collected into 96-well plates (the system must be able to accommodate multiple plates), which are moved and subsequently stored automatically, allowing hands-free functionality for up to several hours. Samples must be able to be stored under cooling, to optimize analyte preservation. Specific Elements: The requested system must have all of the following features: Capacity and Flexibility Ability to simultaneously perform measurements multiple independent cell/tissue samples (at least 10 at a time) Microfluidic manifold must enable multiple input solutions (at least 5, ideally 8) combined with multiple output channels (at least 4) to achieve the necessary combination of stimulus/analyte combinations in any one experiment Robotic Automatic Tray Handling to allow operator-free handling of many (ideally at least 12) standard well plates of perfusate Precision and Reproducibility Highly controlled flow rate (± 10 µl/minute). Flow rate can be calibrated to ensure equal flow rate across all 12 chambers Temperature control ±1 °C across all perifusion chambers Each output channel must itself supports multiple chambers per channel to allow replicate (typically triplicate) analyte measurements Refrigerated collection plates preserve analytes during prolonged experiments Usability Programmable system to allow multi-parameter protocol creation and repeatable experiments over time Potential contractors shall provide, at a minimum, the following information to Michael.gamby@va.gov. 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 339113 SURGICAL APPLIANCE AND SUPPLIES MANUFACTURING. To be considered a small business your company must have fewer than 1,000 employees. This notice is to determine the marketplace for this specific requirement. Please check one of the following: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). 4) Any Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. 5) Only authorized representatives/providers of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer. 6) This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: (a) Meet the salient physical, functional, or performance characteristic specified in this sources sought; clearly identify the item by Brand name, if any and make/model number. (b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government. Responses are due by 10/30/2020 11:00 am PST, to the Point of Contact. Shipping Address: VA PUGET SOUND HEALTH CARE SYSTEM 1660 S. COLUMBIAN WAY SEATTLE, WA 98108 Point of Contact: Michael Gamby Contract Specialist Michael.gamby@va.gov 360-816-2774
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e902865848874426be612fe27d770a3b/view)
 
Record
SN05841859-F 20201031/201029230154 (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.