Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 23, 2020 SAM #6720
SOURCES SOUGHT

66 -- Small Business Sources Sought Notice: Flow Cytometer and Installation

Notice Date
4/21/2020 1:35:14 PM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NIMH20003786
 
Response Due
5/1/2020 1:00:00 PM
 
Archive Date
05/16/2020
 
Point of Contact
Michael Horn
 
E-Mail Address
michael.horn@nih.gov
(michael.horn@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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:� The Section on Functional Neuroanatomy does research on the cellular and molecular interactions between the immune system and the brain to elucidate how neuroimmune communication contributes to affective states in animals. The cells that communicate between the brain and the immune system can be isolated and characterized by flow cytometry.� Multiple markers applied to a given cell population can provide valuable information about psychological stress effects on the identified cells.� Purpose and Objectives: The requested flow cytometer allows simple and rapid assessment of the cell characteristics.� Understanding of the bases for communication could lead to novel targets and treatments for affective disorders in humans.� Project requirements: Flow Cytometer with associated software and installation Salient Characteristics: Compact, easy to use, requires minimal training. Automated maintenance functions. Able to detect up to 13 markers on cells in a single sample. 3 laser configuration: 405 nm Violet (5 channels), 488 nm Blue (5 channels), 638 nm Red (3 channels). Upgradable channel configurations without mechanical alterations to the instrument. Acquisition rate of 30,000 events per second. Fixed and customizable flow rates. Ability to detect <100nm Nanoparticles. Configured to add an optional 96 well autoloader at a later date. One year warranty on parts and labor. Includes PC and associated software, .fcs file export capability. Instrument installation, PC setup, and software installation. Anticipated period of performance: The contractor shall deliver and install the equipment within 120 days after receipt of order.� Other important considerations: Following instrument installation, one year warranty of parts and labor. Capability statement /information sought. �Respondents must provide clear and convincing documentation of their capability of providing the products specified in this notice including providing information regarding being an authorized provider of the services. 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. 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 in an outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein.� 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.� Facsimile responses are NOT accepted. The response must be submitted to Michael Horn, at e-mail address michael.horn@nih.gov . The response must be received on or before May 1, 2020, 4:00 pm, 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
SAM.gov Permalink
(https://beta.sam.gov/opp/f20a563bb13643d8b6823e84a46d9936/view)
 
Place of Performance
Address: Bethesda, MD, USA
Country: USA
 
Record
SN05631426-F 20200423/200422060436 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.