Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 14, 2023 SAM #7808
SOURCES SOUGHT

65 -- Western Protein Analyzer Brand Name or Equal to the Protein Simple's Abby System in support of VA Puget Sound Health Care System, Seattle, WA

Notice Date
4/12/2023 11:56:08 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26023Q0477
 
Response Due
4/24/2023 4:00:00 PM
 
Archive Date
06/23/2023
 
Point of Contact
Jennifer Robles, Contract Officer, Phone: 253-888-4923
 
E-Mail Address
jennifer.robles1@va.gov
(jennifer.robles1@va.gov)
 
Awardee
null
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. The responses received from interested contractors will assist the Government in determining the appropriate acquisition method. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research to identify potential sources which can provide the following in support of the VA Puget Sound Health Care System (VAPSHCS): VAPSHCS has a need for a Western Protein Analyzer Brand Name or Equal to the Protein Simple Abby 004/680 Next Generation Chemiluminescence Western Instrument. A Next Generation Chemiluminescence Western Instrument is needed to study exceedingly rare cell types and detect low-abundance protein targets within those cells. Therefore, an instrument with superior sensitivity is critical. The requested instrument must allow integrated protein separation, immunodetection and data analysis, and allow data to be obtained in a quantitative manner across a broad concentration range. It must allow low sample volume (less than 5 µl) and permits multiple samples to be run simultaneously (at least 10 and ideally over 20). Further, this system allows for simultaneous multiplex detection of multiple proteins (4 at one time, with multiple rounds of protein detection being possible). The following is a description of the items followed by additional salient characteristics: DESCRIPTION MANUFACTURER PART # QUANTITY BRAND NAME OR EQUAL TO: Protein Simple Abby System with PC 004-680 1 BRAND NAME OR EQUAL TO: Protein Simple Abby Module Kit (includes EZ standard pack) PS-T006 1 BRAND NAME OR EQUAL TO: Protein Simple CTC-007 Abby Module Kit Accessory (included in PT-T006) CTC-007 1 BRAND NAME OR EQUAL TO: Protein Simple 12 230 kDa Jess Wes Separation Module 8 x 13 capil SM-W002 1 BRAND NAME OR EQUAL TO: Protein Simple Replex Module RP-001 1 BRAND NAME OR EQUAL TO: Protein Simple Total Protein Detection Module for Jess Wes Peggy DM-TP-01 1 Specific Essential/significant physical, functional, or performance characteristics: Automated separation of proteins. Automated immunodetection, providing superior reproducibility of antibody additions, incubations and washes. Sub microgram (at or below 0.6 µg) and low sample volume (400 kDa) Simultaneous analysis of multiple (ideally 20 or more) samples, within a 3-hour period Multiplex immunodetection, allowing analysis of at least 4 proteins per sample per round of immunodetection (this can be repeated on the same sample) Picogram-level sensitivity through chemiluminescence detection Integrated total protein detection with nanogram-level sensitivity Integrated sample annotation tool, a major workflow improvement and time saver Integrated data analysis to improve workflow, decrease variability and increase reproducibility Instrument computers and software requirements: The instrument must have integrated sample annotation and data analysis, precluding the need for a separate computer/software package. Vendor service and support: The instrument must have a warranty for a period of at least one year from the date of installation (or 15 months from the date of shipment whichever is earlier). The instrument purchase must include an orientation session by remote or in person by a trained technical scientist. The vendor must offer telephone technical support and field applications, sales, and service support to help resolve chemistry and instrumentation problems. Other information: The VAPSHCS lab has the need to perform protein analysis on a regular basis. The system shall allow/provide: Analysis of up to 25 samples simultaneously, allowing multiple experiments to be run simultaneously Streamlining and automation of the separation and immunodetection of proteins (this is currently done in separate steps using different instruments/procedures) Detection of low abundance (picogram) proteins in a small sample format allowing experiments, minimizing the need to combine samples from multiple experiments for a single analysis Allowing protein detection over a broad concentration range to avoid the need to run multiple sample dilutions for different analytes Integrated data analysis Quick installation High efficiency and high throughput User friendly interface. No gray market or remanufactured items will be acceptable. Vendor shall be an Original Equipment Manufacturer (OEM), authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. Potential candidates having the capabilities necessary to provide the above stated supplies at a fair and reasonable price are invited to respond to this Sources Sought Notice via e-mail to Jennifer Robles at jennifer.robles1@va.gov no later than April 24, 2023, 5PM MDT. No telephone inquiries will be accepted. RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION: Company name, address, SAM UEI and business size; point of contact name, phone number, and e-mail address; whether services are presently offered on a current GSA Federal Supply Schedule contract. NAICS Code 334516, Size Standard: 1,000 employees are applicable to determine business size standard. Any questions or concerns may also be directed via email to Jennifer Robles at jennifer.robles1@va.gov. Disclaimer and Important Notes: This Sources Sought 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. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought 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. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2ebf59f74f044b599114eaa1f55d24f7/view)
 
Place of Performance
Address: Department of Veterans Affairs VA Puget Sound Health Care System Warehouse 90D 1660 South Columbian Way, Seattle, WA 98108, USA
Zip Code: 98108
Country: USA
 
Record
SN06649080-F 20230414/230412230114 (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.