SOURCES SOUGHT
66 -- Bioreactor System
- 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 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-14-405
- 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 two (2) GE Wave 25 Bioreactor systems on a brand name or equal basis to support novel assay development and validation screening at the National Center for Advancing Translational Sciences (NCATS) Division of Preclinical Innovation. Project Requirements: The Contractor must be able to provide, deliver, and install two (2) brand name or equal bioreactor systems that meet the following requirements: 1. The system must consist of a base unit (including heating, rocking culture mixer, and weight measurement) a gas mixer (controlling pH, DO and CO2), and pumps for acid/base/media delivery. 2. All components of the system must operate with a single software installed on a client computer. 3. The system must offer trays in three different sizes for culture volumes of up to 5, 10, and 25L. 4. The speed, angle, and motion of rocking must be adjustable. 5. The system must include adjustable feet enabling equal weight distribution between the load cells and accommodate uneven surfaces. 6. The system must include tubing sizes 0.5 mm (1/50") to 4.8 mm (3/16") internal diameter supporting flow rates from 0.07 to 100 ml/min. 7. The base dimensions must not exceed 404 × 560 × 205 mm by W × H × D 8. The gas supply must include: External air supply, 1.0 to 1.5 bar, External CO2 supply, 1.0 to 1.5 bar, External O2 supply, 1.0 to 1.5 bar 9. The system must scale in absolute accuracy ± 0.050 kg + 1% of load kg 10. The system must include a pump flow-rate range 100 ml to 144 l/d (0.07 to 100 ml/min), and accuracy of ± 0.1 ml/min + 5% of read value after calibration 11. The system must include gas flow control range 0 to 1000 ml/min Delivery and installation shall be performed by the contractor. Anticipated Period of Performance: It is expected that delivery and installation will be completed within six (6) weeks after contractor receipt of order. A firm fixed price purchase order 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 purchase order.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-14-405/listing.html)
- Place of Performance
- Address: Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN03416896-W 20140709/140708022218-36e796833f4dec82b87f33fa55e931e9 (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 |