Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 07, 2024 SAM #8258
SOURCES SOUGHT

66 -- Sources Sought for Brand Name or Equal Luminescence Microplate Reader System

Notice Date
7/5/2024 1:31:37 PM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
SS-NIAID-24-2225128
 
Response Due
7/15/2024 7:00:00 AM
 
Archive Date
07/30/2024
 
Point of Contact
Leah Hinson
 
E-Mail Address
leah.hinson@nih.gov
(leah.hinson@nih.gov)
 
Description
Sources Sought Announcement Title: Luminescence Microplate Reader System ID: SS-NIAID-24-2225128 Post Date:� July 5, 2024 Response Date: July 15, 2024 NAICS: 334516 Introduction 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. Background, Purpose, Objectives The VRC Virology Laboratory comprises the Virology, Humoral Immunology, and Structural Biology Sections and related Cores. The Humoral Immunology Core is tasked with the preclinical evaluation of neutralizing antibodies elicited by HIV-1 immunogens.� The process is the identification and evaluation of neutralizing antibodies using high throughput reporter virus assays. The work in HIV infection focuses on understanding antibody-mediated protective immune responses against HIV-1, as well as on novel immunization strategies aimed at eliciting more potent and broadly neutralizing anti-HIV-1 antibodies. The humoral immunology core laboratory coordinates closely with the structural biology and structural virology laboratories of the VRC to better understand how the antigenic structure of the envelope glycoprotein affects the immune response elicited, particularly the neutralizing antibody response. The goal of this program is to understand the neutralization characteristics and epitope specificities of antibodies induced by novel vaccine candidates and to translate this knowledge into improved immunogen design. Project Requirements Successful offerors must have the knowledge, skill, ability, and resources to reliably provide a brand name or equal of the SpectraMax L Luminescence Microplate Reader and StackMax Plate Handling System. Note, the systems and dual injectors must be compatible with the existing system.� Minimum requirements of the equipment to be acquired can be found at https://www.moleculardevices.com/products/microplate-readers specifications �1) SpectraMaxL Luminescence Microplate Reader with current version of SoftMax Pro. Includes ��� �SpectraMax L luminometer for reading 96- and 384-well microplates.� Autorange for ?� 9 ���� orders of dynamic range, Photon Counting for high sensitivity, landscape and portrait plate ���� reading, incubator, user manual, USB interface cable.� Includes 1 year MDCare PhD technical ���� support Plan and 1 year warranty covering parts and labor, Customer Ref#: SPECTRAMAX L � ����CONFIG - QTY: 1 �2) StackMax Plate Handling System base unit.� This is a configurable system that has ����� options for Barcode reading in the long side or short side, and Stacker magazines with ��� ��20, 40, and 50 plate capacities. For MDC series 2 readers are controlled by the ��� ��StakMax application that installs with SMP 5.2 or later.� Connection is afforded by a ���� �baseplate and alignment plate that fit with feet of reader.� Includes: 1- year MDCare or ���� �PhD Technical Support Plan and 1 year warranty covering parts and labor, Customer ���� �Ref#: STAKMAX- QTY: 1 �3) Dual Injector includes 2 injectors for the measurement of single and dual flash assays both 96 ���� and 384-well microplates. Autorinse for the automatic recovery of reagent and rinsing of ���� injector tubing at instrument shut down, and automatic disposal of wash and priming ���� solutions. Customer Ref#: 0310-5126- QTY:1 �4) Dual Injector for SpectraMax L reader (auto aperture). for the measurement of single and dual ���� flash assays both 96 and 384-well microplates. Autorinse for the automatic recovery of ���� reagent and rinsing of injector tubing at instrument shut down, and automatic disposal of ���� wash and priming solutions. Customer Ref#: 0310-5882- QTY: 1 �5) StakMax Baseplate for configuration with SpectraMax L (Series 3) Microplate Readers ���� Customer Ref#: 5014721- QTY: 1 �6) MDC Stacker Magazine 20 Plate-1 pair of magazines for configuration with AtakMax or ���� Analyst GT at time of sale or for additional orders. Customer Ref#: 0200-6016- QTY: 1 �7) Shipping, Customer Ref# MISC-TECHSERV (FOB DESTINATION) � QTY: 1 The Government anticipates awarding a firm fixed price purchase order, after solicitation for this requirement. Date of Delivery:� 30 days from ARO Place of Delivery Bethesda, MD 20892 Capability Statement/Information Sought All capable vendors should respond with a brief capability statement by July 15, 2024 at 10:00 AM EST. The capability statement must include the ability to provide the required brand name or equal products, as per specifications, and that are compatible with the SpectraMaxL Luminescence Microplate Reader and StackMax Plate Handling System Capability statement must include place of manufacturer. If your organization has the potential capacity to support this requirement, please provide the following information: 1) organization name, address, point of contact, email address, website address, telephone number, UEI number and size and type of ownership for the organization; and 2) respondents shall indicate if they are the manufacturer or the distributor of Streptavidin biosensors and shall include basic information on product specifications. If an equal product is recommended (not specific to the brand proposed) then sufficient details shall be provided by the respondent describing how the equal product being recommended, meets the minimum specifications of the requirement. Capability statements should also include documentation indicating that offerors business size as determined by the Small Business Administration�s Table of Size Standards located at: (https://www.sba.gov/content/small-business-size-standards) for NAICS 334516. This SBA size standard is currently 1000 employees but is subject to change. Prospective offerors may also note whether they meet any other socio-economic business categories such as 8(a), Hub-Zone, or Service-Disabled Veteran when submitting their capability statement. Submission Instructions Interested businesses who consider themselves qualified to provide the above-listed items are invited to submit a response to this Sources Sought Notice by July 15, 2024 at 10:00 AM EST. All responses under this Sources Sought Notice must be submitted via the NIAID electronic Simplified Acquisition Submission System (eSASS) website at https://esass.nih.gov. All vendors must register in the eSASS system to submit their documentation. Instructions on how to register /submit documents are included on the website. All responses received by the closing date of this synopsis will be considered by the Government. 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://sam.gov/opp/f60dfa420dda4c3aa5276b545b02711c/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN07118900-F 20240707/240705230105 (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.