Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 10, 2020 SAM #6768
SOURCES SOUGHT

66 -- Procurement of one (1) 4150 TapeStation System or Equivalent

Notice Date
6/8/2020 8:36:36 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NIH National Cancer Institute Rockville MD 20850 USA
 
ZIP Code
20850
 
Solicitation Number
75N91020Q00095
 
Response Due
6/15/2020 10:00:00 AM
 
Archive Date
06/30/2020
 
Point of Contact
Adam Hernandez, Phone: 2402765633
 
E-Mail Address
adam.hernandez@nih.gov
(adam.hernandez@nih.gov)
 
Description
This Small Business Sources Sought Notice (SBSS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Cancer Institute (NCI). The purpose of this Sources Sought Notice is to identify qualified small business concerns including 8(a), HUBZone or Service-Disabled Veteran-owned business concerns that are interested in and capable of performing the work described herein. The NCI does not intend to award a contract based on responses received nor otherwise pay for the preparation of any information submitted. 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 requirement is assigned North American Industry Classification System (NAICS) code 334516 with a size standard of 1,000 employees is being considered. NCI may issue a request for quotation (RFQ) as a result of this Sources Sought Notice. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NCI shall arise as a result of a response to this Sources Sought Notice or the NCI�s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. 1.0 BRAND NAME OR EQUAL This requirement is for the procurement of the brand name or equivalent instrument described in section 4.0. The Federal Acquisition Regulation (FAR) provision FAR 52.211-6, Brand Name or Equal (AUG 1999) is applicable to this requirement. 2.0 BACKGROUND The U.S. Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Tumor Immunology and Biology (LTIB) functions as a multidisciplinary and interdisciplinary translational research programmatic effort with the goal of developing novel immunotherapies for cancer. The LTIB strategic plan focuses on the development of novel immunotherapeutic for human carcinomas, not only as monotherapies, but more importantly, in combination with other immune-mediating modalities, and other conventional or experimental therapies, as part of an immuno-oncology programmatic effort. Within this effort are several research groups, a clinical trials group, three independent tenured Senior Investigators, four staff scientists and multiple collaborations with intramural and extramural scientific and clinical investigators and with investigators in the private sector. As part of the ongoing research effort, the LTIB performs multiple experiments involving next-generation sequencing. Including sequencing the T cell receptors and examining the gene expression profiles of cells isolated from the tumor microenvironment. To perform these assays, there are several quality control steps which are required, the majority of which can be performed using an automated electrophoresis platform that is capable of assessing the quality of RNA and DNA as well as determining the quality of the prepared library prior to performing next-generation sequencing.� This instrument will allow scientists within the LTIB to generate sequencing libraries in-house which will allow for considerable cost savings when compared to using commercial vendors. These experiments form the foundation of our studies monitoring the immune responses in our pre-clinical animal models using next-generation sequencing. These� experimental procedures are an essential aspect of our research program, which provides the pre-clinical rationale for all of the clinical trials performed by the LTIB. 3.0 TYPE OF ORDER This is a Firm-Fixed-Price Purchase Order. 4.0 PRODUCT FEATURES/SALIENT CHARACTERISTICS The required instrument shall: Perform automated electrophoresis to allow for quality control of DNA and RNA samples prior to next-generation sequencing or nanostring analysis. Be able to fit on a benchtop with the following dimensions (width x depth) 10 x 17 inches due to space limitations within the laboratory. Include a laptop pre-loaded with all software required to run the instrument, analyze and output the data in standard format. Be capable of calculating either RNA or DNA quality using the industry standard RNA and DNA Integrity Number metric respectively using no more than 2 ul of the sample due to limitations on sample availability. This metric shall be directly reported by the included analysis software.�� Offer fully automated loading of samples into the analysis vessel to reduce user error and enhance reproducibility. Utilize individual loading tips for each sample to eliminate the potential cross-contamination of samples during automated loading of samples into the analysis vessel. Be capable of performing fragment analysis of next-generation sequencing libraries using no more than 2 ul of the sample due to limitations on sample availability of sample. Be capable of processing 1-16 samples per run at a constant cost per sample due to the varying number of samples included in each run. Analyze each sample no longer than 2 minutes per sample to reduce the time burden on scientific personnel. Be compatible with 0.2 mL 2x8 well tube strips to ensure compatibility with existing standard operating procedures used within the laboratory. Be capable of reading barcodes to allow the tracking of lane usage and trace results. This information shall be able to be stored locally on the provided laptop. 4.1�DELIVERY / INSTALLATION Delivery shall be within 30 calendar days of the purchase order award. All shipping/handling (including FOB) and delivery/installation fees shall be included in the quote. Upon delivery, the Contractor shall notify the NCI Technical Point of Contact (TPOC), TBD at award, to schedule the installation date and time that shall occur within 5 business days after delivery. Installation shall be performed by, or under the direct supervision of, a certified operator. The Contractor shall deliver and install the equipment at the following address: 10 Center Drive, Building 10, Room 8B08 Bethesda, MD 20892. 4.2 TRAINING Within 30 business days after installation, one (1) day of onsite training shall be provided for at least one (1) user of the equipment on how to use and maintain the instrument and associated software. All training expenses, including materials and/or travel expenses, shall be included in the quoted price. 4.3 WARRANTY The Contractor shall warrant that any instruments, equipment, components, or other supplies (�Supplies�) procured by this purchase are free of defects in design, material, or manufacture for a period of at least one (1) calendar year from date of acceptance by the Government. The Contractor shall warrant that all consumables or expendable parts are free of defects in design, material or manufacture for a period of at least 90 calendar days from date of acceptance by the Government. Supplies which are repaired or replaced shall be warranted for the remainder of the initial warranty period or for 90-days � whichever is greater. 5.0 RESPONSE DELIVERY POINT Capability statements shall be submitted via email to Contract Specialist, Adam Hernandez, at adam.hernandez@nih.gov no later than 1:00 P.M. EST on Monday, June 15, 2020 (06/15/2020). All information furnished must be in writing and must contain enough detail to allow the NCI to determine if it can meet the unique specifications described herein.�Please reference number 75N91020Q00095 on all correspondence. 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 capability. 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, an RFQ may be published. However, responses to this notice will not be considered adequate responses to a solicitation(s).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c0599041db894a54b2534937f2d0be6b/view)
 
Record
SN05683871-F 20200610/200608230153 (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.