Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2014 FBO #4610
SOURCES SOUGHT

66 -- Acquisition of a Brand Name Mantis Liquid Dispenser

Notice Date
7/7/2014
 
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, Bldg 1050, Frederick, Maryland, 21702, United States
 
ZIP Code
21702
 
Solicitation Number
SBSS-N02RC42569-57
 
Archive Date
7/31/2014
 
Point of Contact
Reyes Rodriguez, Phone: 240-276-5442, Terry L. Galloway, Phone: 240-276-5384
 
E-Mail Address
reyes.rodriguez@nih.gov, gallowaytl@mail.nih.gov
(reyes.rodriguez@nih.gov, gallowaytl@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This Small Business Sources Sought Notice (SBSS) 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). 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. 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 should not submit a response to this notice. This requirement is assigned North American Industry Classification System (NAICS) code 334516 with a size standard of 500 employees is being considered. As a result of this Sources Sought Notice, the NCI may issue a Request for Quotation (RFQ) through FedBizOpps. 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 NCI's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. The purpose of this acquisition is to purchase the Mantis Liquid Dispenser. The NCI, CCR, Developmental Therapeutics Branch (DTB) focuses on the discovery and the molecular pharmacology of novel anticancer agents. Human tyrosyl phosphodiesterase 1 and 2 proteins (TDP1 and TDP2) are novel rational anticancer targets involved in the repair of DNA lesions created by the trapping of human DNA topoisomerase I and II (Top1 and Top2) following treatment by anticancer agents such as camptothecin and etoposide. Experimental observations suggest that the use of TDP1 with Top1 inhibitors or TDP2 with Top2 inhibitors in a combinational regimen are synergistic. DTB has developed a drug development effort for the discovery TDP1 and TDP2 specific inhibitors. The DTB has implemented several high throughput-screening (HTS) assays to discover TDP1 and TDP2 specific inhibitors. These plate-based assays are run in a 384-well format and require the handling of a large number of plates. The acquisition of a Mantis Liquid Dispenser is required for the DTB to continue its successful drug development effort for the discovery TDP1 and TDP2 specific inhibitors. The following salient characteristics apply to the Mantis Liquid Dispenser: • Capable of dispensing any volume of any ingredient into any plate well. • Capable of automatically dispensing up to 6 reagents in parallel without manual intervention. • Capable of dispensing with precision volumes as low as 100 nanoliters, without upper volume limit. • Capable of filling and dispensing as rapidly as 10 times per second. • Capable of a low dead volume of 6 microliters. • Capable of dispensing volumes from 5 microliters to 2000 microliters in an uninterrupted stream. • Capable of dispensing DMSO reagents via use of perfluoroelastomer chips. • Capable of dispensing DNase, RNase, and protease free solutions with molecular biology grade chips tested to be free of contamination. • Provides accurate and precise non-contact delivery of desired volumes of liquids into wells via patented micro-diaphragm pump technology. • Liquid can be dispensed in 96, 384 and 1536 well microplates, as well as deepwell blocks and vials. • Capable of high precision with CV's of < 3% for silicone based diaphragm chips and < 5% for PFE and Continuous Flow chips. • Provides software that is extremely user friendly and allows for simple drag and drop experimental design. Standard gradient and backfill buttons make designing an experiment even easier and faster. • Offers a very small footprint with dimensions of: 212 mm (8.35") x 175 mm (6.89") x 230 mm (9.06") only needing to be connected to a regular power source and computer. As a result, the instrument hardly takes space in the lab, and can easily be moved to other lab spaces in a matter of minutes if and when needed without any support that would need to be paid for. • Offers the following cost and time savings: - low volume dispensing saving precious reagents, - low dead volume saving precious reagents, - no clogging issues preventing failed experiments saving reagents - no learning curve for software operation and experimental - fast dispensing of higher volumes with Continuous Flow option, - no consumables as chips can be washed and reused. • Offers built-in dual wash stations to allow easy fluid pathway cleaning How to Submit a Response: 1. 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 spaced, 12 point font minimum) that clearly details the ability to perform the requirements of the notice described above. All proprietary information should be marked as such. Responses should include a minimum of a two pages demonstrating experience over the past two years meeting the requirements of this notice. 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 concern's name and address). Responses will be reviewed only by NIH personnel and will be held in a confidential manner. 2. Due Date: Capability statements are due no later than 11:00 am. EST on July 16, 2014. 3. Delivery Point: All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the unique specifications described herein. Written responses can be emailed to Reyes Rodriguez Contract Specialist at reyes.rodriguez@nih.gov or mailed to the address located under Point of Contact. All questions must be in writing and can be faxed to (240) 276-5399 or emailed. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, contractors must have valid registration and certification in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA), through sam.gov. No collect calls will be accepted. Please reference number SBSS-N02RC42569-57 on all correspondence. 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, an RFQ may be published on FedBizOpps. However, responses to this notice will not be considered adequate responses to a solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/FCRF/SBSS-N02RC42569-57/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03416521-W 20140709/140708021851-51a545e2e0978f8ec7596cf46bd0687e (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.