Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 19, 2025 SAM #8698
SOURCES SOUGHT

66 -- Automated Cryo-EM Sample Preparation Instrument

Notice Date
9/17/2025 5:40:16 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
PROGRAM SUPPORT CENTER ACQ MGMT SVC ROCKVILLE MD 20857 USA
 
ZIP Code
20857
 
Solicitation Number
75P00125Q00071
 
Response Due
9/19/2025 7:00:00 AM
 
Archive Date
10/04/2025
 
Point of Contact
Eric McKay, Phone: 301-272-9116, Scott Bredow, Phone: (202)-313-7447
 
E-Mail Address
eric.mckay@hhs.gov, scott.bredow@hhs.gov
(eric.mckay@hhs.gov, scott.bredow@hhs.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
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 and to determine the method of acquisition. 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. Background: The Structural Biology Core (SBC), Virology Laboratory (VL), Vaccine Research Center (VRC), National Institute of Allergy and Infectious Diseases (NIAID), National Institutes of Health (NIH) uses a structure-based approach for developing antibody therapeutics and vaccines for infectious diseases, including but not limited to COVID-19, HIV-1, malaria, flu, and RSV. The structural analysis of pathogen proteins, antibodies, and vaccines is essential to current and future SBC research. It requires high-resolution cryo-EM data attainable only with high-quality samples. Currently, SBC relies on manual plungers for the preparation of cryo-EM grids, which can yield suboptimal results, particularly with challenging samples. The adoption of automated, non-blotting technology offers a promising solution to this issue. To meet the specialized needs of SBC VRC, SBC needs to acquire the Chameleon Cryo-EM Sample Preparation Instrument or equivalent. Purpose and Objectives: The purpose of this requirement is to purchase the Chameleon Cryo-EM Sample Preparation Instrument or equivalent. Project requirements: The following brand name or equal equipment is required: Qty(1) - Chameleon Cryo-EM Sample Preparation Instrument Qty(2) - Chameleon Cryogen Bowl Assembly Qty(1) - Ethane Condensing Kit Qty(1) - Chameleon in-built Desktop PC Controller (Win10) with Chameleon Software License & Comms Installed Qty(1) - Chameleon Consumables Starter Pack Includes: 4150-40001 - pack of 50 4150-40003 4150-40004 4150-40005 - pack of 50 4150-40010 Types Each 4150-40011 NPN Source Bottles (Working Fluid Bottle and Waste) Qty(1) - Chameleon Installation Qty(1) - Vision lite - Chameleon Applications Support Package Salient Characteristics: Minimum Sample Volume: 5?L Minimum Dispense Volume: 6nL Batch Capacity: 8 Grids Sample Temperature Control: 4�C to 40�C Minimum Dispense-to-Plunge Time: 54 msec Liquid Nitrogen Level Monitoring Liquid Ethane Temperature Control Integrated Semi-Automated Characterization and Plunge Speed Tuning Integrated Closed Loop Glow Discharge Module Integrated Post-Dispense QC System Session Tracking and Reporting Datapack Anticipated Delivery Date: The anticipated delivery date is thirty (30) days after receipt of order. Capability statement /information sought. Small business concerns 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. Small businesses must also provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. Interested small businesses 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. The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc., pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. 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. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically to the Contract Specialist. Facsimile responses are NOT accepted. The response must be submitted to Eric McKay, Contract Specialist, at eric.mckay@hhs.gov. The response must be received on or before September 19, 10:00 a.m, 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 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/workspace/contract/opp/3a6a5ae9fa39492382f0183b35f36df6/view)
 
Place of Performance
Address: Rockville, MD 20857, USA
Zip Code: 20857
Country: USA
 
Record
SN07595094-F 20250919/250917230045 (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.