Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2015 FBO #5017
SOURCES SOUGHT

66 -- High Performance Laser Marker

Notice Date
8/17/2015
 
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, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-2015-749
 
Archive Date
9/10/2015
 
Point of Contact
Andriani Buck, Phone: 3014021677
 
E-Mail Address
andriani.buck@nih.gov
(andriani.buck@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE Solicitation Number: HHS-NIH-NIDA-SSSA-SBSS-2015-749 Title: High Performance Laser Marker Classification Code: 66 - Instruments & laboratory equipment NAICS Code: 334- Computer and Electronic Product Manufacturing/334516- Analytical Laboratory Instrument Manufacturing 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 The National Institutes of Health National Center for the Advancement of Translational Science performs numerous High Throughput Assays annually. These screens coupled with the assay development process require a constant usage of well plates of various densities, most commonly 96, 384 or 1536 wells. To ensure traceability of every sample in every well, barcoding these plates is of critical importance, with every barcode acting as the unique identifier. Another critical function of the barcode is to ensure the plates are handled properly on several of the automated High Throughput Screening systems at the institute. Depending upon the numerical range of the barcode, a different offset is applied to the z-axis moves of these robotic systems to ensure the proper height is used when picking and placing a plate up in an automated fashion. Without this z-axis offset, it would be impossible to run the variety of plate types required for groups to run different experiments to fulfill their research goals. Overall, having barcodes on these plates is of critical importance to the institute. Objective The purpose of this requirement is acquisition of a high laser marker to ensure sample traceability for a variety of projects critical to the mission of NCATS. Project Requirements: NCATS requires one (1) high performance laser marker that meets the following requirements: 1.an average power equal to or greater than 25 watts. 2.a high peak power of 200 kW to minimize the effect of heat transfer when marking resins or plastics. 3.auto-focus 3-axis control. 4.a built-in camera with the ability to automatically read and verify both 1 and 2D barcodes allowing immediate verification that a part was marked correctly. 5.a marking area over 330 mm x 330 mm. 6.mounting position correction. Delivery Date The Contractor shall deliver and install the required equipment within eight (8) weeks after receipt of order on approximately December 1, 2015. Section 508 Electronic and Information Technology Standards Is not applicable for this requirement. Capability Statement /Information Sought. The respondent's response shall also include any other specific and relevant information related to the requirements of this project that will enable the Government to determine the capabilities of the company to perform the specialized requirements described in this synopsis. Interested organizations must demonstrate and document in any response submitted, to this market survey extensive experience with and the ability to perform all of the specialized requirements elsewhere described. The respondent must also provide their DUNS number, organization name, 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. The information submitted must be must be in an 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 fifteen (15) page limit. The 15-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondent's technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically (facsimile responses are NOT accepted ) to: Andriani Buck Contract Specialist NIH/NIDA/SSSA Andriani.buck@nih.gov The response must be received on or before August 26, 2015, 8:00 AM (EST). 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-2/HHS-NIH-NIDA-SSSA-SBSS-2015-749/listing.html)
 
Place of Performance
Address: NCATS, 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN03841863-W 20150819/150817235229-29eb89da6a3cf59e7729cf7a675cb2e6 (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.