Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
SOLICITATION NOTICE

66 -- High Performance Liquid Chromatography

Notice Date
8/15/2013
 
Notice Type
Cancellation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
HHS-NIH-NHLBI-CSB-(SBSS)-2013-226-DDC
 
Archive Date
9/4/2013
 
Point of Contact
Deborah - Coulter, Phone: (301) 435-0368
 
E-Mail Address
dc143b@nih.gov
(dc143b@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
The above solicitation number is cancel. There are no further actions for this requirement. This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources: (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantage businesses and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code (334516, size standard 500 employees) should not submit a response to this notice. 2. Notice Information a. Background: The National Heart, Lung, and Blood Institute (NHLBI) provides global leadership for a research, training, and education program to promote the prevention and treatment of heart, lung, and blood diseases and enhance the health of all individuals so that they can live longer and more fulfilling lives. The Imaging Probe Development Center (IPDC) is currently in the process of opening a new Positron Emission Tomography (PET) lab. In this laboratory, molecular probes of different imaging modalities will be synthesized for noninvasive imaging studies. The primary goal of the researchers of this new PET lab will be to develop new probes for PET imaging or reproduce already existing imaging agent for further studies. Determining the progress of the reactions by characterizing the intermediates in each steps are very important. High performance liquid chromatography (HPLC) is universally recognized as a powerful tool to analyze the reaction mixtures and identify the final products. This is one of the essential equipments in any small molecule based biomedical research laboratory. b. Purpose and Objectives: In the new imaging probe development laboratory this equipment will be used as a powerful and reliable analytical tool. Analytical data (retention time, peak shape, absorbance) produced by HPLC are regarded as an authentic characterization data of a molecule. The new PET laboratory will be making different kinds of imaging probes to support the biomedical research of NIH investigators. So this equipment will be used to support the research effort of several investigators of NIH. Overall, it will be a valuable asset to the Government researchers. c. Contractor Requirements: The contractor will provide and perform the following: 1. A letter from the manufacturer stating the company is an authorized reseller of Agilent Technologies 2. Install the equipment and familiarize lab staff with the equipment. 3. A performance check out sample will be run at the time of installation to ensure proper performance. Agilent will supply the check standard 4. Vendor is responsible to send/deliver the equipment with proper packaging 5. Vendor is 100% liable of any damage during shipping and handling of the equipment 6. ) Equipment will come with warranty. Any kind of damage or malfunctioning (software and hardware) during the warranty will be fixed by the vendor without any cost 7. Provide a standard warranty of one year. 8. Provide Software upgrades as part of the standard warranty 9. Installation will be completed by the manufacturer or authorized re-seller d. Government Responsibilities: The Government, i.e. laboratory will provide adequate space (2.5'X 5' bench top) and a power connection to install the equipment. e. Reporting Requirements and Deliverables: Vendor is required to coordinate with the Government representative for delivery time and the availability of space in the lab for installation of the equipment. f. Capability statement/Information sought: Based on the responses received from this SOURCES SOUGHT announcement, the proposed acquisition may be solicited as a Total Small Business Set-Aside. All eligible small business concerns responding to this Sources Sought Announcement must have the capabilities to provide services stated above. Interested small business firms are highly encouraged to respond to this notice. However, firms should understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. Responses must directly demonstrate the company's capability, experience, and ability to marshal resources to effectively and efficiently perform the objectives described above and include an outline of previous or similar projects so that the Government can perform a proper evaluation of the company's capability. Information regarding respondents': (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information; The written response to this notice should consist of the following items: a. Company Name. b. Company DUNS number. c. Company point of contact, mailing address, telephone and fax numbers, and website address d. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with government representatives e. Date submitted. f. Applicable company GSA Schedule number or other available procurement vehicle. g. Do you have a Government approved accounting system? If so, please identify the agency that approved the system. h. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the Central Contractor Registration (CCR). All respondents must register on the CCR located at http://www.ccr.gov/index.asp i. Not to exceed 20 singled-sided pages (including all attachments, resumes, charts, etc.) presented in single-space and using a 12 point font sized minimum, that clearly details the ability to perform the aspects of the notice described above. All proprietary information should be marked as such. Statements should also include an indication of current certified business status; this indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible business concern's name and address). Responses will be reviewed only by NIH personnel and will be held in a confidential manner. j. Common cutoff date: 8/20/2013 12:00 p.m. eastern time l. Delivery point: Submitted (via email) to Deborah Coulter, Contract Specialist at coulterd@nhlbi.nih.gov in MS Word or Adobe Portable Document Format (PDF). All responses must be received by the specified due date and time in order to be considered. 3. 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
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHS-NIH-NHLBI-CSB-(SBSS)-2013-226-DDC/listing.html)
 
Record
SN03150927-W 20130817/130816000120-083168dc7e8d2a310d97f7feaad807bf (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.