Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2017 FBO #5777
SOLICITATION NOTICE

66 -- Micorplate Pipetting Platform and Handheld Electronic Pipettes

Notice Date
9/15/2017
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Mental Health, Contracts Management Branch, 6001 Executive Blvd, Rm 8154, MSC 9661, Bethesda, Maryland, 20892-9661
 
ZIP Code
20892-9661
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SS-17-750
 
Archive Date
10/5/2017
 
Point of Contact
Bruce E. Anderson, Phone: 3014021655
 
E-Mail Address
bruce.anderson@nih.gov
(bruce.anderson@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION PURSUANT TO FAR Subpart 5.2-Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT ACTION. THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Center for Advancing Translational Sciences (NCATS) intends to negotiate and award a contract/purchase order for "Microplate Pipetting Platform and Handheld Electronic Pipettes" with Integra Biosciences Corporation, 2 Wentworth Drive, Hudson, NH 03061. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516 - Analytical Laboratory Instrument Manufacturing with a Size Standard of 1,000 Employees. REGULATORY AUTHORITY The resultant contract/purchase order will include all applicable provisions and clauses of the Federal acquisition Requlation (FAR) in effect through the Federal Acquisition Circular (FAC) 05-95, January 19, 2017. STATUTORY AUTHORITY This acquisition is conducted as non-competitive under the authority of 41 U.S.C. 253(c)(1) under provisions of the statutory authority of FAR Subpart 6.302-1 - Only one response source and no other supplies or services will satisfy agency requirements. DESCRIPTION OF REQUIREMENT Project Description, Background and Purpose Collaboration between NCATS (then NCGC), NTP, EPA and FDA started off with an aim to screen tens and thousands of known drugs and compounds in the Tox21 compound collection, in vitro, by reducing the cost and time consuming processes involved in traditional toxiciticy testing methods. Since its inception nearly a decade ago, several screenings against Tox21 compound collection were performed at NCATS by running cell based assays that are focusing mainly on different targets and toxicity pathways which include nuclear receptor signaling, stress response, developmental toxicology, GPCR/cAMP signaling, and Epigentics etc. All these assays require extensive primary optimization experiments to be carried out in order to get miniaturized into high throughput screenings. These primary experiments will be carried out mainly in 96 or 384-well plate. 96/384 system, and 384-well pipetting platforms enables transfers of 96 and 384 samples in a single step, thus increasing pipetting throughput and significant reproducibility. Purpose and Objectives The NCATS Tox21 group requires a 96/384 system, 384-well Pipetting Platform, handheld Electronic Pipettes, and Pipette tips. Delivery Schedule Within 4 weeks after receipt of order (ARO). General Requirements: 96/384 system: • Enables transfers of 96 and 384 samples in a single step • Easy to use as a traditional handheld pipette • Compact design • Allows working with both 96 and 384 channel heads • Can be use for compound addition, medium exchange, cell seeding, and addition of buffers and reagents • Can be used within plates for serial dilutions and mixing and resuspensions • Electronic pipettes: must snap into place with minimal tip loading effort by providing a secure connection; Tips must be perfectly aligned, resulting in superior accuracy and precision Quantity: • One 96/384 system • One 96 channel pipetting head • One 384 channel pipetting head • Four each of bluetooth module system • One 384-well pipetting platform • One 96-well plate holder • Two each of standard plate holders • Four each of single channel electronic pipettes • Four each of 8-channel electronic pipettes • Three each of 16-channel electronic pipettes • Three each of 4-sleeves reservoirs • Three each of reservoir bases • One each of 5-racks 96 sterile filter tip • One each of 5-racks of 384 sterile filter tips • Sixteen each 5-racks of nonsterile tips • Sixteen each 5-racks of sterile tips • Three each of carousel charging stands Period of Performance: 28 days ARO CLOSING STATEMENT This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must be received by September 20, 2017 by 5:00pm EST and must reference number HHS-NIH-NIDA-SSSA-SS-17-750. Responses must be submitted electronically to Bruce Anderson at bruce.anderson@nih.gov and must reference the solicitation number HHS-NIH-NIDA-SSSA-SS-17-750, on your electronic request. FAX requests are not accepted. "All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIMH/HHS-NIH-NIDA-SSSA-SS-17-750/listing.html)
 
Place of Performance
Address: 9800 Medical Drive, Building B, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN04680150-W 20170917/170915231709-8490955db0844a99677c452bde060502 (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.