Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 09, 2020 SAM #6797
SOURCES SOUGHT

66 -- Automated Purification and Extraction System

Notice Date
7/7/2020 2:18:57 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
HHS-NIH-NIDA-SB-SS-20-007444
 
Response Due
7/15/2020 9:00:00 AM
 
Archive Date
12/31/2020
 
Point of Contact
Debra C. Hawkins, Phone: 3018277751
 
E-Mail Address
Debra.Hawkins@nih.gov
(Debra.Hawkins@nih.gov)
 
Description
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 because 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 / Purpose / Objective:� The National Institute on Aging requires an Automated Extraction and Purification System to be used in clinical studies for consistent high-throughput extraction and purification of DNA, RNA, Protein, and Cells. The intent of this action is to purchase an Automated Purification and Extraction System, that is brand-name or equal to the Thermo Scientific� KingFisher� Flex Purification System, KingFisher with 96 Deep-well Head; Manufactured by Life Technologies Corporation, 5781 Van Allen Way, Carlsbad, CA, 92008-7321 . The salient characteristics/essential features of the required automated purification and extraction system are: �(1)� an automated system used for the separation, purification and extraction of biological samples, including cells, organelles, proteins, peptides and nucleic acids; (2) The processor should use a method whereby superparamagnetic particles or magnetic beads are moved instead of transferring liquids; (3) Purification and processing steps should be performed in 96-well deep well plates, or 24-well deep well plates with dimensions that match the configuration of tip combs that cover the magnetic rods; (4) Should be able to accommodate processing volumes up to 5ml; (5) Protocols should be selected from a GUI display using a tabbed format navigated via buttons on the instrument keypad. The user should also be able to create and download custom protocols to the instrument; (6) Should have both USB and RS-232 computer interface; (7) Should have Snap-on heat blocks for applications requiring temperature control; (8) Should be capable of processing up to 96 samples at a time; (9) Should utilize an 8 position turntable to automatically move reagent-containing plates to their processing position; (10) The processor should create a mobile solid phase of the magnetic particles ensuring that all of the resin material is exposed to the target molecule. Creation of such a mobile solid phase also ensures efficient binding and washing for high quality and purity purified molecules; (11) Should be� a robotic-compatible instrument allowing for automated sample plate and liquid plate deliveries to the processing platform; (12) The processor should eliminate hands-on processes such as ethanol precipitation, phenol/chloroform extraction, centrifugation or column purification thereby freeing staff from the continuous physical strain of manual aspirating, pipetting or decanting of liquids to perform more productive tasks, and thus minimize exposure; (13) The processor should operate under a closed door system with clear viewing by the user; (14) The processor should be� an open platform capable of using any manufacturer�s magnetic particle based kits and associated protocols and be not limited to running only one kit supplier�s chemistry systems; (15) The processor should� include a full one-year warranty against manufacturing defects; (16) In-laboratory service and service agreements should be available and provided by trained service engineers. Anticipated period of performance / delivery date:� The Government�s anticipated delivery period is thirty (30) to sixty (60) days after receipt of order. ��� Other important considerations: The response may cite any other information that is necessary for potential respondents to understand the nature of the potential requirement or proposed acquisition. Capability statement /information sought.� The respondents must submit clear and convincing evidence that their product is equivalent or superior to the brand-name product specified in this notice.� The response shall include: the unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered to determine the method of acquisition.� The information must address each of the minimum specifications and the equivalent elements of the brand-name parts stated herein.� The response must also indicate the country of manufacturer. The response must also include 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. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. The response must be clear and concise 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, with single or double spacing, and limited to ten (10) pages (exclusive of the cover page, executive summary, or references, if requested). All responses to this notice must be submitted electronically to Debra C. Hawkins Contractor, Acquisition Policy Analyst II, at debra.hawkins@nih.gov on or before July 15, 2020, 12:00 PM.� Facsimile responses are NOT accepted. 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 provide the product or perform the services specified herein. 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/6c150d7964f142dd913434aff4fae658/view)
 
Place of Performance
Address: Baltimore, MD 21224, USA
Zip Code: 21224
Country: USA
 
Record
SN05714068-F 20200709/200707230156 (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.