SOURCES SOUGHT
66 -- RECOVERY - Hamilton MICROLAB STARlet Automated sample handling system
- Notice Date
- 11/13/2009
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Blvd., EPS Suite 600, Rockville, Maryland, 20852
- ZIP Code
- 20852
- Solicitation Number
- SS-100004-2010-NG
- Archive Date
- 12/9/2009
- Point of Contact
- Malinda L Holdcraft, Phone: (301) 402-4509, Caren N Rasmussen, Phone: (301) 402-4509
- E-Mail Address
-
holdcram@exchange.nih.gov, cr214i@nih.gov
(holdcram@exchange.nih.gov, cr214i@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- RECOVERY: SOURCES SOUGHT NOTICE: RECOVERY - Hamilton MICROLAB STARlet Automated sample handling system Notice Number: SS-100004-2010-NG Issued By: National Cancer Institute (NCI), (http://www.nci.nih.gov) Office of Acquisitions (OA) Key Dates: Capability Statement Due Date: November 24, 2009 General Information: This Sources Sought Notice (SS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Cancer Institute (NCI). Purpose: The purpose of this Sources Sought Notice is to identify qualified small business concerns including 8(a), HUBZone or Service-Disabled Veteran-owned business concerns that are interested in and capable of performing the work described herein. The NCI does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. As a result of this Sources Sought Notice, the NCI may issue a Request for Quotation (RFQ). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NCI shall arise as a result of a response to this Sources Sought Notice or the NCIs use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. Description of Information to be included in the Capability Statement: The following characteristics apply: a) Air Displacement Pipetting Channels: shall have air-displacement technology, which is analogous to a hand held electronic pipette. The benefits of this technology include the following: In combination with disposable tips, the risk of contamination of critical assays is reduced to an absolute minimum. High accuracy and precision from sub-microliter volumes to 1 ml can be reached with the same pipetting channels. No system liquid, diluters, valves or complicated tubing is required. No dilution effects of samples with system fluid. Each channel has a pressure monitoring system to monitor pipetting steps. b) Monitored Air Displacement (MAD): shall have air-based pipetting action, the instrument detects clots or empty wells during the aspiration step in real time. Thus monitored air displacement eliminates uncertainty in automated assays by providing reliable, consistent walk-away automation; shall have anti-droplet control (ADC) that compensates for pressure changes in the channels that are caused by the high vapor pressure of volatile solvents in real time. This allows accurate pipetting of highly volatile solvents that would otherwise prevent automation of assays involving robots for this purpose. c) Compression induced O ring expansion (CORE) disposable technology: the CORE system attaches disposable tips to the pipetting channels by mechanically expanding an O-ring into a channel inside the tip. This enables a precision of ±0.1 mm on all axes with respect to the tip position during all pipetting steps. The system requires no vertical force for tip attachment or tip ejection, thus eliminating mechanical stress and improving the overall system reliability and reproducibility. The CORE system also enables the user to confirm the size of the tip being used and also run a quick seal verification test, prior to each run to insure that O-ring integrity and seal are intact to avoid leaks during the course of the experiment. d) I-SWAP: an internal robotic gripping arm that can operate on the same arm as the pipetting channels. This allows for a much larger working envelope than a separate arm system design. Since the I-SWAP inherently knows where everything is positioned on the deck based on the input method it saves user time in setting up methods or creating new ones. The I-SWAP also has grip detection system and can reach on both sides of the system deck allowing more flexibility and upgradeability for adding additional peripherals to the system. e) Liquid level detection shall offer 3 modes of liquid level detection: Capacitance Liquid Level Detection (CLLD) each channel operates on its own frequency, minimizing the chances of false detection caused by interference. This creates a more robust system and averts errors. Pressure Liquid Level Detection (PLLD) each channel has its own pressure transducer and can monitor the pressure change in the tip to detect liquid. This is used for non-ionic liquids and offers the user more control over all liquids pipetted by the system. CLLD & PLLD the two modes of liquid level detection can be used in combination on any step and can provide true liquid extraction (LLE) functionality. f) 96 tip pipette head - volume range of 1ul to 1mL. Also offers CLLD on two channels for better reproducible pipetting performance. g) Barcode reader- The auto loader barcode reader offers sample identification confirmation for all pipetting steps. It also confirms the correct carriers and lab-ware based on the method the user is running and also offers a continuous feed option to increase the systems overall throughput. h) Software shall offer an easy to use interface while still providing complete control over the system. There are multiple wizards available to allow the user to quickly set up standard pipetting routines. The software shall offer an export package feature which assists remote access and troubleshooting by the vendor technical support. Dimensions: instrument shall be 44W x 36H x 32D. NAICS Code and Size Standard: In the event an RFQ is issued, North American Industry Classification System (NAICS) code 334516 with a size standard of 500 employees is being considered. How to Submit a Response: Page Limitations: Interested qualified small business organizations should submit a tailored capability statement for this requirement not to exceed 10 single sided pages including all attachments, resumes, charts, etc. (single space, 12 point font 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 small business status; this indication should be clearly marked on the first page of your capability statement (preferable placed under the eligible small business concerns name and address). Responses will be reviewed only by NCI personnel and will be held in a confidential manner. Due Date: Capability statements are due no later than 11a.m. November 24, 2009. Number of Copies and Delivery Point: Please submit one (1) original and three (3) copies of your response as follows: If hand-delivered or sent by mail delivery: National Cancer Institute Office of Acquisition Malinda Holdcraft Contact Specialist 6120 Executive Boulevard, Room 6072 Rockville, MD 20852-7194 All capability statements sent in response to the Sources Sought Notice must be submitted in writing to Malinda Holdcraft. All responses must be received at NCI by the specified due date and time in order to be considered. No faxed or electronic mail submissions will be accepted. Point of Contact: Inquiries concerning this Notice may be direct to: Malinda Holdcraft, Contract Specialist via electronic mail at holdcram@exchange.nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/SS-100004-2010-NG/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, United States
- Record
- SN02003999-W 20091115/091114000742-895787b6021e0517143bb68c53edd58b (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 |