Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2016 FBO #5507
SOURCES SOUGHT

66 -- Quantitative Western Blot Imaging System

Notice Date
12/19/2016
 
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, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SS-2017-53
 
Archive Date
1/17/2017
 
Point of Contact
Leon Wong, Phone: 3014807503, Nancy Lamon-Kritikos, Phone: 3014433203
 
E-Mail Address
leon.wong@nih.gov, Nancy.lamon-kritikos@nih.gov
(leon.wong@nih.gov, Nancy.lamon-kritikos@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE 1. Solicitation Number: HHS-NIH-NIDA-SSSA-SS-2017-53 2. Title: Quantitative Western Blot Imaging System 3. Classification Code: 6640 4. NAICS Code: 334516 5. Description: This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. 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 quantitative western blot imaging system is a critical laboratory equipment for the Cellular Pathobiology Section at the NIDA-Integrative Neuroscience Research Branch. Recently, the Cellular Pathobiology Section discovered that several commonly abused stimulant drugs bind to sigma receptors, which control the intracellular metabolism of lipids and glucose. This acquisition would allow the Cellular Pathobiology Section to measure and analyze specific brain region tissues or drug treated cell lines, which could improve our understanding of how stimulant drugs cause long-lasting changes in the brain. Purpose and Objectives: The purpose of this acquisition is to replace the currently existing hardware with a fully upgraded western blot imaging system. Project requirements:  The western blot Imaging system must be capable of performing the following applications: • UV gel imaging • Blue light gel imaging • White light imaging • Chemiluminescent western imaging • Simultaneous analysis of visible fluorescence imaging and NIR fluorescent imaging in the same assay  The western blot imaging system must have the follow minimum technical specifications: • 8.3 MP CCD Camera with 5.4 micron pixels and 16 bit A/D • Camera must be capable of deep peltier cooling, regulated at negative fifty (50) degrees celcius for low-noise imaging • Camera must have a motorized 0.95 fixed lens for fast sensitive image capture under short exposure times • Camera must be capable of automatic focusing for hands-off imaging • Capture images up to 420 DPI for gel applications and 620 DPI for Chemi, fluorescent, and chemiluminescent protein array imaging Anticipated period of performance and/or delivery date: Thirty (30) days ARO Other important considerations: The imaging system must include data analysis software, sample reagents, installation, training tutorial, and one year warranty. Capability statement /information sought: Respondents must provide clear and convincing documentation of their capability of providing the products specificed in this notice. Also, information must be provided in sufficient details of the respondents’ (a) staff expertise, including their availability, experience, formal and other training; (b) current in-house capability to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and other management capability; and (e) examples of prior completed Government contracts, references, and other related information. 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. Finally, respondents are also encouraged to provide a general overview of the respondent’s opinions about the difficulty and/or feasibility of the potential requirement, and any other information regarding innovative ideas or concepts that may be applicable. Submission Instructions: 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 to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted. The response must be submitted to Leon Wong, Contract Specialist, NIH/NIDA/SSSA at leon.wong@nih.gov. The response must be received on or before January 2, 2017 at 9:00AM 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-2/HHS-NIH-NIDA-SSSA-SS-2017-53/listing.html)
 
Record
SN04355578-W 20161221/161219234907-bff4f917e61b36eaf462ed6f8dfcfbc4 (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.