Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2012 FBO #3912
SOURCES SOUGHT

66 -- S220 AFA ULTRASONICATORr

Notice Date
8/8/2012
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Nat'l Institute of Diabetes, Digestive, & Kidney Diseases, 2 Democracy Plaza, Suite 700W, 6707 Democracy Blvd., MSC 5455, Bethesda, Maryland, 20892-5455
 
ZIP Code
20892-5455
 
Solicitation Number
NIHLM2012472
 
Archive Date
9/1/2012
 
Point of Contact
V. Lynn Griffin, , MAXWELL KIMPSON,
 
E-Mail Address
griffinv@mail.nih.gov, Max.Kimpson@nih.gov
(griffinv@mail.nih.gov, Max.Kimpson@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This Small Business Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for Market Research. The National Institutes of Health (NIH) National Institute of Diabetes, Digestive and Kidney Diseases (NIDDK) is conducting a market survey to determine the availability and technical capability of qualified small business, veteran-owned small business, service-disabled veteran-owned small business or HUBZone small businesses capable of providing Brand Name or Equal to Covaris S220 AFA Ultrasonicator with the following specifications: QTY IITEM NO. DESCRIPTION 1 500217 S220 AFA Ultrasonicator - Single sample processing - includes laptop Computer (requires recirculating chiller- not included) 1 500117 S-Series DNA Shearing microTUBE Kit - (1) Each of 500114 holder, 500142 Prep Station and (4) bags of 520045 6x16mm 100ul tube, AFA fiber, and cap system (100 tubes total) 1 510001 Chiller CH01 1 520059 Centrifuge micro TUBE Adapter 6x16mm (25) 1 500274 Holder 12x12mm Tube 1 520080 Tube & Cap 12x12mm (100) 1 530013 Installation & Training 1 SHIPPING Customer shall be responsible for shipping charges Mandatory Requirements: These are our key lab requirements for an apparatus with the following specifications required to shear DNA for NextGen sequencing purposes, to homogenize tissues for DNA, RNA and protein extraction and to prepare samples for ChlP applications: • The frequency utilized must be focused acoustics and within the following ultrasonic range; wavelengths on average between 500-1500 kHz and 1-10 mm in length. The focused field allows for faster, continuous sample treatment, whereas with unfocused devices, longer treatment times are needed and result in introduction of significant heat into the system. • The ability to generate a consistent and efficient high energy density field to process the sample. The high energy density field directs more than 90% of the acoustic energy into the processing of the sample which greatly improves the efficiency of the system. That in turn creates a reproducible field that allows for robust extraction of nuclei acid, chromatin complex or active protein from various cells and tissues. • Continuous & real-time isothermal processing for samples- no heat generation in the sample during processing. This is important to maintain the integrity and bio viability of the nucleic acids, chromatin complex or proteins for downstream analysis (i.e. MS, qPCR, ChiP-seq, NextGen sequencing). • Must have the unique combination of isothermal and high energy density process allows the system to operate in the presence of different surfactants that could be more advantageous for some sensitive downstream processes (i.e.. MS, qPCR, ChiP-seq, NextGen sequencing) This same unique combination allows the user to decrease the amount of surfactant needed. • The ability to use closed tube & non-contact process to allow a controlled focused acoustic field inside a closed vessel. This is essential to limit sample cross-contamination and user contamination by human pathogens. • Must not require hearing protection or segregation from the common laboratory environment. The system frequency must be focused and within the ultrasonic range (wavelengths on average between 1-10 mm in length), and thus outside the human audible range. This is essential so that the instrument can be operated in a general laboratory bench setting without extra expense for system enclosures to ensure proper ear protection. • Computer control of the system to allow the user greater control to simultaneously set the amplitude and the cycles/burst of the acoustic waves generated which result in finer control of the acoustic energy used to process the sample. • Computer controlled time and acoustic energy transfer, and real-time monitored power & temperature, to ensure sample-to-sample reproducibility. • User-tunable to generate a fragment size distribution (range: 100-bp to 5-kbp). • The maximum system size cannot exceed 8" wide, 21" deep and 13" high owing to space limitations. • Sample input flexibility: tubes, vials, for single sample processing; and sample shearing. The "equal" item must meet the characteristics of the brand name item to be acceptable for award. Basis for Award: Offerors must provide descriptive literature or other material that demonstrates their offer meets the forgoing requirements. The contract will be awarded to the responsible offeror whose offer fully meets the requirements of the solicitation, provides the best value, with price and technical factors equally important in award evaluation. This request is for interested firms with the capability of providing the required equipment listed above are requested to submit a capability statement to assist the Government in determining in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b) whether or not this procurement will be set-aside for any of the programs described above. The intended procurement will be classified under North American Industrial Classification (NAICS) code 334516 with a size standard of 500. All respondents are requested to identify their firm's size and type of business. Interested firms responding to this market survey must provide (a) capability statement demonstrating their experience, skills and capability to fulfill the Government's requirements for the above. The capability statement shall be in sufficient enough detail, but not to exceed 15 pages, so that the Government can determine the experience and capability of your firm to provide the requirements above. Your capability statement, not to exceed 15 pages, should include references. Due to time sensitivity, a copy of the capability statement must be received at the address identified in this synopsis by no later than 10 days prior to close of business (5:00 P.M. local time at designated location) on August 17, 2012. Responses by fax or e-mail ARE NOT ACCEPTED. 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 provided 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 response 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)." Please email any questions to Ms. V. L. Griffin at griffinv@mail.nih.gov PLEASE NOTE: In order to receive an award, contractor must be registered and have valid certification in the Central Contractor Registration (CCR) http://www.ccr.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDDKD/NIHLM2012472/listing.html)
 
Record
SN02831589-W 20120810/120809000634-f347531ded3d432c392dd567e7f20987 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.