Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2016 FBO #5510
SOURCES SOUGHT

66 -- Dragonfly Liquid Handling Robot for the NINDS

Notice Date
12/22/2016
 
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, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-17-112
 
Archive Date
1/18/2017
 
Point of Contact
Lauren M. Phelps, Phone: 3014802453
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Information/Sources Sought HHS-NIH-NIDA-SSSA-SBSS-17-112 Dragonfly Liquid Handling Robot for the NINDS 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. Background: The National Institute of Neurological Disorders and Stroke (NINDS) Cell Biology and Biophysics Unit (CBBU) combines biophysical and cell biological approaches to understand the interplay between microtubules and their regulators as well as how the tubulin post-translational modifications tune the behavior of motors and microtubule associated proteins. X-ray crystallography is one of the fundamental technique employed by the laboratory. The required liquid handling robot is needed to streamline preparation of samples for research efforts. Purpose and Objectives for the Procurement: The purpose of this acquisition is procurement of one (1) TPP Labtech Dragonfly Liquid Handling Robot for use in macromolecular crystallization for proteins crystallization experiments. The system shall be used to augment the efforts of an existing TPP Labtech Mosquito Robot. Project Requirements: The Government requires one (1) TTP Labtech Dragonfly Liquid Handling Robot, Part Nos. 3104-1010, 3104-1011, 3121-01010, 4150-07150, SLA-TRA-014, and SLA-TRA-015. The system shall meet the following requirements: • System must have the ability to dispense microliter volumes of high-viscosity solutions • System must use disposable, sterile plasticware in all surfaces that touch solutions • System must have 200 microliter or less dead volume • System must have ability to dispense up to 10 solutions simultaneously from independent channels •System must dispense volumes from at least 1.0 μl up to 10 ml •System must have a non-contact dispensing system •System benchtop footprint must not exceed 24in. x 22in. x 25in. (w x d x h) •System must work with 24, 48, and 96 well-plate formats •System must have built in mixer for mixing of any liquid (including high viscosity) •System hardware and software must be compatible with the laboratory protocols created by another Dragonfly Liquid Handling Robot. •System must be able prepare a 96-condition screen in less than six minutes •System must include PC laptop and licensed software for operation •System must include set of consumable plastic ware Additionally, the system shall come with a one-year warranty. The warranty shall provide for replacement of any components that fail to meet equipment specifications in the first year after installation. Consumables shall be excluded from the warranty. Installation and system-use training shall also be provided. Installation and training must be provided by a manufacturer certified service technician. System-use training shall cover hardware and software and be provided to up to four (4) Government staff members during one scheduled appointment. Anticipated Contract Type: A firm fixed price purchase order within the Simplified Acquisition threshold is anticipated. Delivery Requirements: Delivery must be completed within twelve (12) weeks after contractor receipt of award. Installation and training must be completed within six (6) weeks after system delivery. Delivery, installation and training must be performed between the hours of 8:00am and 5:00pm, Bethesda, MD local prevailing time, Monday through Friday. Place of Performance: The place of performance shall be the National Institutes of Health, Bethesda, MD 20892. 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. The capability statement should include 1) the total number of employees, 2) documentation of ability to provide the required equipment, 3) any contractor GSA Schedule contracts by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Contractors must also 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 to Lauren Phelps, Contract Specialist, via email at lauren.phelps@nih.gov before the closing date and time 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 anticipates negotiation of a firm fixed price purchase order.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-17-112/listing.html)
 
Place of Performance
Address: Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04359557-W 20161224/161222235404-44e7df1f18223cd6ce1bc995495dc0de (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.