Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2014 FBO #4606
SOURCES SOUGHT

66 -- Automated Cell Culture System: CompacT SelecT SC APM or Equal

Notice Date
7/3/2014
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-14-397
 
Archive Date
7/29/2014
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, MD 20892, UNITED STATES. Introduction: 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 disadvantaged 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. Purpose and Objectives for the Procurement: The purpose of this potential requirement is acquisition of one (1) automated cell culture system on a brand name or equal basis. This equipment shall be used to support novel assay development and validation screening at the National Center for Advancing Translational Science (NCATS) Division of Preclinical Innovation (DPI). Project Requirements: The Contractor must be able to provide one (1) TAP Biosystems CompacT SelecT SC APM or its equal. The brand name or equal system must meet the following requirements: 1. The system must be capable of culturing multiple cell lines with cell line specific protocols. 2. The system must be able to operate unattended. 3. The system must be able to culture delicate or complex cell lines such as stem cells and primary cells. 4. The system must be capable of maintaining stock cell lines for multiple projects. 5. The system must facilitate the output of cells to an external collection vessel allowing multiple flasks to be to be harvested and pooled without restricting the volume of cell suspension that can be collected. 6. The system must be equipped with a cooled reagent storage system (6°C / 43°F) to enable low volume dispensing (100 - 1,000μL) for up to 6 reagents such as growth factors and transfection mixes to flasks. 7. The system must have the ability to process Corning HYPERFlasks, providing a 10-fold increase in cell production capability. 8. The system must be able to send system updates via email. 9. The system must automatically back up valuable information to remote media 10. The system must allow users to generate custom formatted reports 11. The system must be able to generate assay-ready plates for cell-based screening and assay development. 12. The system must be capable of processing 6, 24, 96 and 384-well standard plates and also 24 and 96-well insert plates. 13. The system must be equipped with a barcode reader on the plating module to track plates during operation. 14. The system must enable direct imaging of cells in flasks, confluence measurement and enhanced QA of cells. Delivery and installation shall be performed by the contractor. Anticipated Period of Performance: It is expected that delivery and installation will be completed within nine (9) months after contractor receipt of order. A firm fixed price contract is contemplated. Capability Statement: Contractors that believe they possess the ability to provide the required equipment should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. Contractors must provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable North American Industry Classification System 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. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Lauren Phelps, Contract Specialist, at Lauren.Phelps@nih.gov in MS Word format by or before the closing date of this announcement. All responses must be received by the specified due date and time in order to be considered. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your 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 review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government intends to negotiate a fixed-price contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-14-397/listing.html)
 
Place of Performance
Address: Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN03414793-W 20140705/140703235924-639b2c6fc9ae6beee772fe5bb2c54473 (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  © 1994-2020, Loren Data Corp.