Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2019 FBO #6476
SOURCES SOUGHT

66 -- H1M Dual Reagent Injector Module and Epoch 2 Mirco

Notice Date
8/15/2019
 
Notice Type
Synopsis
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
USGS OAG DENVER ACQUISITION BRANCH<br />PO BOX 25046<br />204 DENVER FEDERAL CENTER<br />DENVER<br />CO<br />80225-0046<br />US<br />
 
ZIP Code
80225
 
Solicitation Number
140G0219Q0163
 
Response Due
8/19/2019
 
Archive Date
9/3/2019
 
Point of Contact
Wilson, Mary
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Department of Interior, US Geological Survey (USGS) is issuing this sources sought synopsis as a means of conducting market research to identify Small Businesses having an interest in and the resources to support this requirement for the potential need for the purchase of a Brand Name BioTek Synergy H1M/Dual Reagent Injector Module and Epoch 2 Microplate Spectrophotometer. The equipment shall include the following: Synergy H1: a) Shall be available with hybrid optical system combining a monochromator fluorescence optical system for flexibility with a filter-based fluorescence optical system for high performance in the same instrument. b) The monochromator optics and the filter optics shall each have their own independent light source, detector and light path to prevent compromised performance. c) Monochromator based instrument shall be upgradable for the filter-based optics option. d) Shall have quadruple grating optical design (two gratings per monochromator) e) Shall have a dynamic range of 7 decades for fluorescence intensity measurements. f) Shall be able to dispense reagents in all detection modes. g) Shall be compatible with 2 uL low volume microplate accessory with 16 or 48 sample microspots for direct nucleic acid quantification as well as fluorescence and luminescence measurements. h) Shall be available with gas control option for CO2/ O2 or CO2 only environmental control. Instrument shall be upgradable for the gas control option. i) Shall be able to control temperature to 45 °C with a 4-zone temperature control system, with uniformity across the microplate of ±0.2 °C at 37 °C to limit edge effects in incubated assays. j) Shall have automatic z-height adjustment to automatically accommodate for various microplate heights and fluid levels. k) Shall have automatic individual well-by-well absorbance path length correction to automatically calculate 1 cm path length corrected results and compensate for pipetting errors. l) Shall be able to measure standard cuvettes in all detection modes within the temperature-controlled reading environment. m) Shall have an available microplate stacker option. Epoch 2 Microplate Spectrophotometer: a) Shall be compatible with 6- to 384-well microplates. b) Shall have wavelength range from 200 nm to 999 nm, selectable in 1 nm increments. c) Shall perform endpoint, kinetic, well area scanning and spectral scanning measurements. d) Shall have linear, orbital and double-orbital plate shaking. e) Shall detect ODs up to 4.00 OD. f) Shall have optional touchscreen interface with onboard software including predefined common protocols. g) Shall include pc software for advanced data analysis. h) Shall be compatible with 2 ¿L low volume microplate accessory with 16- or 48-sample microspots for direct nucleic acid quantification and other applications. i) Shall have an optional standard cuvette port. j) Shall have temperature control to 65 °C with a 4-zone temperature control system, with uniformity across the microplate of ±0.5 °C at 37 °C to limit edge effects in incubated assays. k) Shall have temperature gradient option to prevent condensation in lidded plates. l) Shall read 96 wells in 8 seconds. m) Shall be compatible with major automated microplate handling systems. n) Shall have USB flash drive port for data transfer. o) Shall have available USB printer for data output. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334516, Analytical Laboratory Instrument Manufacturing, and associated size standard 1,000 Employees apply to this announcement. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential ability to meet this requirement, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 4:00 PM CST on August 19, 2019. All responses under this Sources Sought Notice MUST be emailed to bwilson@usgs.gov. Responses submitted by hardcopy or the FedConnect web portal, FedConnect Message Center or FedBizOpps shall not be accepted or considered. If you have any questions concerning this opportunity, please contact Beth Wilson at bwilson@usgs.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOI/USGS/USGS/140G0219Q0163/listing.html)
 
Record
SN05406242-F 20190817/190815230025 (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.