Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 23, 2018 FBO #5936
SOURCES SOUGHT

66 -- Acoustic Wave Transfer Liquid Handling System

Notice Date
2/21/2018
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-18-RFI-TL05
 
Archive Date
3/17/2018
 
Point of Contact
TaLisa M. Boyd, Phone: 202-767-0667
 
E-Mail Address
TaLisa.Boyd@nrl.navy.mil
(TaLisa.Boyd@nrl.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY AND YOUR RESPONSE IS NOT AN OFFER. THIS REQUEST FOR INFORMATION DOES NOT COMMIT THE GOVERNMENT TO PAY ANY COSTS INCURRED IN PREPARATION OF ANY SUBMISSION TO THIS MARKET SURVEY OR TO CONTRACT FOR SERVICES. A. LOCATION - Naval Research Laboratory (NRL) sites as specified in the attached Performance Work Statement. B. OBJECTIVE - The Naval Research Laboratory is searching for potential sources capable of fulfilling a requirement for an Acoustic Wave Transfer liquid handling system. There are several research projects that require the rapid and highly accurate dispensing of very low volumes of liquids to different destination formats. An acoustic wave transfer system capable of dispensing nanoliters volumes to multiple different destination formats with a high degree of accuracy and reproducibility is required. It is anticipated that a Request for Proposals will be issued early in 2017. Answers to this RFI will be key in shaping certain aspects of the requirement. C. CONTRACT TYPE : The Government is contemplating a solicitation of proposals for award of a firm-fixed priced contract D. COMPETITION STRATEGY - Currently contemplating full and open competition unless the results from this RFI support a set-aside of any kind. Federal multiple award schedule holders and/or small businesses are encouraged to reply. E. LENGTH OF AWARD - From date of award through delivery F. MINIMUM SPECIFICATIONS - The draft minimum technical requirements for the effort are outlined below. The Government is currently in the planning stages for this procurement and may continue to modify the language within the requirement as necessary. The information below does not necessarily represent the final specifications. To meet the NRL's research needs, an acoustic wave transfer system must meet the following requirements: 1. Must be able to dispense volumes of 25nL - 10 uL from one well on source plate to any well/position on a destination plate. 2. The above capability must include from one well to one well, one well to multiple wells, and from multiple wells to single or multiple wells in combinations that can be program through both instrument software or using other software such as Microsoft Excel. 3. Must have transfer precision less than or equal to 8% CV. 4. The instrument must utilize tip-less transfer technology. 5. The instrument must accommodate a variety of destination plate formats including traditional microtiter plates (96-, 384-, 1536- well), polymer sheets, and glass slides and MALDI chips 6. Must be able to accommodate a range of solutions that may vary in salinity viscosity, and other chemical properties. At the minimum the instrument must be able to transfer a 50% glycerol solution and solutions that contain DMSO at a concentration of 30% or less. 7. This instrument must be able to accommodate a number of different sample solutions within a single experiment. Since these will often vary in salinity, molar concentration, and other chemical properties; the system must have the ability to analyze individual solutions during the experiment (transfer process) to ensure efficiency of volume transfer. Ideally, the data generated from fluid analysis would allow the unit to compensate through changes in transducer strength and positioning to ensure accurate reagent transfer. G. RESPONSE FORMAT - The Government asks that interested parties, at a minimum, supply the following information in a Capability Statement using the following format: REQUIRED INFORMATION - The below information MUST be included, in its entirety, in the format below. 1) CONTACT INFORMATION: a) Name of Company b) Telephone Number, Fax Number, Address, and e-mail address c) DUNS Number, business size, CAGE code, and number of employees d) NAICS and PSC Code of proposed solution 2) COMMERCIALITY OF PROPOSED ITEM a) Whether item(s) offered/proposed is a commercial item and is customarily used by the general public or non-government entities for the other than Government purposes b) Whether the item has been sold, leased, or licensed to the general public, and if so, identify one or more such sales, leases, or licenses to document the commerciality of the item. 3) PRODUCT DESCRIPTION a) Provide a description of how the proposed product will meet or exceed the each of the specifications as it is anticipated that ultimate evaluation will be best values and a go/no go basis. b). Provide a product brochure. 4) DESCRIPTION OF RELEVANT EXPERIENCE: Provide a list of any Navy, DoD, federal, state, or local contracts supported during the past 36 months with a brief description of the type of work performed or supply/product offered. Please describe your company's ability and procedures to meet diverse and unpredictable hazardous materials service needs. 5) Subcontracting possibilities OPTIONAL: In addition to the REQUIRED above information, input from industry detailing best practices in the following areas is welcome, as this may assist the Government in obtaining necessary products utilizing low-risk, high-efficiency procedures: a) Methods of quantifying and qualifying specifications required if a request for proposal (RFP) is issued. b) Proposal evaluation factors. c) Quality assurance monitoring of contractor performance. ------------------------- 52.215-3 -- Request for Information or Solicitation for Planning Purposes. Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of: market research and procurement planning. (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/N00173/N00173-18-RFI-TL05/listing.html)
 
Place of Performance
Address: Naval Research Laboratory (NRL), 4555 Overlook Avenue, SW, Washington, District of Columbia, 20375, United States
Zip Code: 20375
 
Record
SN04830258-W 20180223/180221231826-91905a4b45d4f31b9d3e865afe21d0ee (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.