SOURCES SOUGHT
66 -- Barcoded and unbarcoded 384-well and 1536-well microplates for NCATS
- Notice Date
- 2/29/2024 7:31:31 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
- 75N95024Q00184
- Response Due
- 3/14/2024 7:00:00 AM
- Archive Date
- 03/29/2024
- Point of Contact
- Nick Niefeld, Phone: 3018272094
- E-Mail Address
-
nick.niefeld@nih.gov
(nick.niefeld@nih.gov)
- Description
- SAM.gov SOURCES SOUGHT NOTICE Solicitation Number: 75N95024Q00184 Title:� Barcoded and unbarcoded 384-well and 1536-well microplates Classification Code:� 6640 NAICS Code:� 334516-Analytical Laboratory Instrument Manufacturing Size Standard: 1,000 employees 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, to determine the method of acquisition, and availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality.� 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. Small businesses are encouraged to respond. For equipment/supply requirements, responses must include the place of manufacturing (i.e., address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address the size status of the manufacturer under the applicable NAICS code (i.e., address Non-Manufacturer Rule). Background:� The National Center for Advancing Translational Sciences (NCATS) is a part of the National Institutes of Health (NIH), which mission it is 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 Antiviral Program for Pandemics (APP) aims to develop safe and effective antivirals to combat SARS-CoV-2. APP will accelerate the development of a portfolio of promising antivirals that can quickly pivot to combat future pandemics. Having safe and effective oral antiviral candidates ready for deployment in later-stage clinical trials against a newly emergent virus would save lives, reduce serious illness and prevent overwhelming surges in hospitalizations during a viral outbreak or pandemic. The APP and other biology groups as needed are in full swing ramping up into their screening season on the robotic systems and as a result will need of various 384-well and 1536-well microplates in order to perform their scheduled assay screens and combination matrix studies for a vast quantity of projects. The particular plates are available through Greiner-Bio who has provided us with a customized quote specifically for NCATS Purpose and Objectives: The purpose of this notice is to identify potential sources for the acquisition of barcoded and unbarcoded 384-well and 1536-well microplates for APP and Automation and other biology groups as needed to supply them for the 2024 screening season. Generic Name of Product: 1536-well and 384-well Microplates for Automated Combination Matrix Screening Purchase Description: 789176-F� 1536 well assay plate, black, MB 789175-F� 1536 well assay plate, white, MB 789173-F� 1536 well assay plate, white, TC 789093-F� GNF Divisions 1536W, PS, Sterile, TC Treated, WHT/CLR, w/ 2 Custom Barcodes 781997� MICROPLATE, 384 WELL, PS, F-BOTTOM, BLACK, STREPTAVIDIN-COATED, 5 PCS./BAG 781946� CELL CULTURE MICROPLATE, 384 WELL, PS,�CLEAR�, BLACK, POLY-D-LYSINE, CELLCOAT�,lID, 5 PCS./BAG 781944� CELL CULTURE MICROPLATE, 384 WELL, PS, �CLEAR�, WHITE, POLY-D-LYSINE, CELLCOAT�,LID, 5 PCS./BAG"" 781075� 384 well assay plate, white, lumitrac 781076� 384 well assay plate, black, fluotrac Salient characteristics Dual barcode TC treated Quantity: 75 cases of 1536 well assay plate, black, MB 40 cases of 1536 well assay plate, white, MB 30 cases of 1536 well assay plate, white, TC 10 cases of GNF Divisions 1536W, PS, Sterile, TC Treated, WHT/CLR, w/ 2 Custom Barcodes 1 case of MICROPLATE, 384 WELL, PS, F-BOTTOM, BLACK, STREPTAVIDIN-COATED, 5 PCS./BAG 4 cases of CELL CULTURE MICROPLATE, 384 WELL, PS,�CLEAR�, BLACK, POLY-D-LYSINE, CELLCOAT�,lID, 5 PCS./BAG 4 cases of CELL CULTURE MICROPLATE, 384 WELL, PS, �CLEAR�, WHITE, POLY-D-LYSINE, CELLCOAT�,LID, 5 PCS./BAG"" 11 cases of 384 well assay plate, white, lumitrac 9 cases of 384 well assay plate, black, fluotrac Anticipated period of performance: 30 days after receipt of award Other important considerations: In case domestic sources are available and capable of fulfilling the Government�s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR 25. Capability statement /information sought. Companies that believe they possess the capabilities to provide the required products should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately.� Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. 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 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. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer.� Facsimile responses are NOT accepted. The response must be submitted to Nick Niefeld at nick.niefeld@nih.gov. The response must be received on or before March 14, 2024, 10:00 AM Eastern Time. 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 www.sam.gov. 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://sam.gov/opp/c1876774c9474bff872c6fc55f3191e2/view)
- Place of Performance
- Address: Rockville, MD 20850, USA
- Zip Code: 20850
- Country: USA
- Zip Code: 20850
- Record
- SN06982506-F 20240302/240229230108 (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 |