Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2021 SAM #7117
SOURCES SOUGHT

66 -- Western Blot System

Notice Date
5/25/2021 5:51:01 AM
 
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
75N95021Q00194
 
Response Due
6/9/2021 11:00:00 AM
 
Archive Date
06/24/2021
 
Point of Contact
Diedra Prophet
 
E-Mail Address
diedra.prophet@nih.gov
(diedra.prophet@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 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 current methods of running Western Blots to detect proteins in cell lysates has been very standard.� One collects cell lysates followed by SDS-PAGE, Transfer to either nitrocellulose or PVDF membrane, blotting for a specific protein, followed by developing, either by chemiluminescence or fluorescence.� Lastly, measuring the band density to determine is done through several software options which is basically a densitometry analysis compared to a housekeeping gene, which one assumes is consistent between samples. While Westerns are an essential technique for virtually all wet labs, new technologies are necessary to optimize consistency between samples, efficiency, and quantification. Biotechne has now designed a system which combines all of these stages of protein analysis and the only user input is initially adding to a reaction plate cell lysates, buffers, and antibodies. Purpose and Objectives: The purchase of a new automated protein analysis system is needed to update current technologies for Western Blot, and protein analysis currently used in LGG.� The system would be available for all interested departments in the National Institute of Aging (NIA). This system should be operational and continue to provide quality data for a period of no less than 7 (seven) years from date of delivery.� Any updates to the software shall be included in the life of the system. Project Requirements: Salient characteristics of the requested Western Blot System: One (1) Jess Western System (with PC); Part # 004-650 Three (3) Anti-Mouse Detection Module for Jess/Wes, Peggy Sue, or Sally Sue; Part # DM-002 Three (3) 12- 230 kDa Jess/Wes Separation Module, 8 x 25 capillary cartridges; Part # SM-W004 Jess Training (Virtual) Ability to run up to 25 protein samples Capable of loading as low as 0.3 �g protein per sample Must be able to detect protein bands from 6 kD up to 300 kD Option to use either chemiluminescence or fluorescence for protein detection Multiplexing capabilities for a minimum of 2 samples Protein normalization Visualize bands in traditional Western format as well as lane view option to compare band intensity in a graphical format Software included for protein analysis as well as multi-user options for storing data Power must be compatible with US power sources Must have USB port for data retrieval Anticipated delivery: 30 days after receipt of order. Capability statement /information sought. The intent of this sources sought notice is to define the procurement strategy (e.g., set-aside, sole source, unrestricted) for a solicitation that is intended to be posted soon. Interested vendors are requested to respond by (1) identifying how their proposed product meets or exceeds the project requirements listed above; and (2) providing product literature, white papers, or capability statements that demonstrate their bona fide ability to supply such an item within the time frame described above. In addition, please state your business size status and whether you are the manufacturer or authorized distributor of the item you propose. Please note that the NIA is particularly interested in small business sources. If you are a small business, please state the type of small business (small business; HUBZone; service-disabled, veteran-owned; 8(a); veteran-owned; woman-owned; or small disadvantaged businesses) and your 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. 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.� A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit.� The 10-page limit does not include the cover page, executive summary, or references, if requested. 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 Diedra Prophet at e-mail address Diedra.Prophet@nihgov. � The response must be received on or before Wednesday, June 09, 2021, at 2:00 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/ea2dbee14de44a32beb0ac0f9ece3108/view)
 
Place of Performance
Address: Poolesville, MD 20837, USA
Zip Code: 20837
Country: USA
 
Record
SN06012880-F 20210527/210525230106 (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.