SOURCES SOUGHT
66 -- Kalypsys System Cell 3 Robot Replacement and Tox21 Hamamatsu Reader Integration with Windows 7 Upgrade
- Notice Date
- 5/28/2015
- 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, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SBSS-2015-390
- Archive Date
- 6/20/2015
- Point of Contact
- Samantha A. Kelly, Phone: 3014028855
- E-Mail Address
-
samantha.kelly2@nih.gov
(samantha.kelly2@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE TEMPLATE 1.Solicitation Number:HHS-NIH-NIDA-SSSA-SBSS-2015-390 2.Title: Kalypsys System Cell 3 Robot Replacement and Tox21 Hamamatsu Reader Integration with Windows 7 Upgrade 3.Classification Code: 66- Instruments & Laboratory Equipment 4.NAICS Code: 334516- Analytical Laboratory Instrument Manufacturing 5.Description: 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. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Background: Various programs and labs within NCATS have been given the directive to perform different types of high throughput screens to evaluate some biological activity and to potentially develop new therapeutics or therapeutic combinations in some cases or in others to determine the relative toxicity of chemical compounds under test. To do this, a biological experiment is performed in the presence of hundreds of thousands of chemical compounds at various concentrations, requiring that millions of samples be tested for each experiment. This requires that these experiments be run in a high density well plate, to both minimize the total reagent volume used per experiment and to facilitate less total plates to be used to perform an entire assay. Typically, one experiment might consist of screening 500,000 compounds at 5 different total concentrations for a total of 2.5M samples. If this experiment is run using a 1536 well plate, meaning 1536 samples can be tested at a time, this requires nearly 1650 plates. The only way to accomplish handling this many well plates for an experiment is high throughput screening (HTS), which requires a high degree of robotic automation. Purpose and Objectives: The purpose and objective of this requirement is to procure a Kalypsys System Cell 3 Robot replacement and Tox 21 Hamamatsu Reader Integration with Windows 7 upgrade. Features/Requirements: The specific requirements are as follows: The following requirements apply to the Hamamatsu Reader Integration on the Tox21 HTS system: •Make program changes to the runtime code, topology editor, and method editor of the Tox21 director software. •Create the software bridge for the FDSS to run two plates at once (single loading location). •Install electrical components and software necessary to integrate one FDSS reader •Make changes to the EDC bridge application so that if the EDC source plate is unchanged between the current transfer and the next, the director will leave the source plate at the EDC •Upgrade director computer to Windows 7 on the Tox21 HTS system The following requirements apply to the Kalypsys Cell 3 robot replacement: •Replace the existing cell 3 robot with a new RX160L (or brand name equal) robot •Replace the existing cell junction box, if required •Replace the existing robot junction box, if required •Add new cabling as required •Install, wire, program and teach the robot positions •Test the robot for an acceptable level of performance •Remove or dispose of equipment that is replaced The contractor also agrees to assist NCATS with the following activities: •Relocating the Envision reader to the open location between the incubator and the acoustic dispenser as well as relocating the delidding station •Relocating the back loading hotels next to the existing RT hotels •Positioning the FDSS next to the Tox21 system •Modifying the guarding at the FDSS reader •Designing, fabricating and installing a plate loading mechanism •Adding a double delidder for the FDSS device Delivery/Deliverables: 1.Description of Tasks and Associated Deliverables: •One integrated Hamamatsu plate reader onto the Tox21 HTS system •One modified EDC Bridge software application to leave the source plate unchanged when necessary •One personal computer with a Windows 7 operating system to operate the Tox21 HTS system. •One replacement robotic arm in cell 3 of the Kalypsys HTS system All "hard copy" deliverables will be submitted on recycled-content paper, and printed double-sided. 2. Reporting Requirements: The contractor is required to provide one written progress report at the conclusion of the service that shall cover all work completed during the specified period and shall present the work to be accomplished during the subsequent period. This report shall also identify any problems that arose and a statement explaining how the problem was resolved. This report shall also identify any problems that have arisen but have not been completely resolved and provide an explanation. Section 508 Electronic and Information Technology Standards: Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) are determined to be relevant for the following program need: "Scientific Instrument." Anticipated period of performance: This integration service will be performed within 12 weeks after receipt of order. Capability statement /information sought. Contractors that believe they possess the ability to provide the requirement should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The response should directly and specifically state in the, capabilities statement, which project requirements you can supply. Contractors must also provide their Company Name, DUNS Number, Physical Address, Point of Contact, and Size and Type of Business (e.g., 8(a), HubZone, etc.) pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The information submitted must be must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses (capability statements) sent in response to this Small Business Sources Sought Notice must be submitted electronically (via e-mail) to the Contract Specialist. Facsimile responses are NOT accepted. The response must be submitted to Samantha Kelly, Contract Specialist at e-mail address Samantha.Kelly2@nih.gov The response must be received on or before June 5, 2015 at 12:00PM, eastern time. "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, a presolicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-SBSS-2015-390/listing.html)
- Record
- SN03746387-W 20150530/150529040756-9cc6892fa572a4feb24958e6211360a7 (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 |