Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 19, 2021 SAM #7293
SOURCES SOUGHT

66 -- Hamilton NGS Star Workstation and Accessories-Brand Name or Equal

Notice Date
11/17/2021 1:32:21 PM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIA ROCKVILLE MD 20852 USA
 
ZIP Code
20852
 
Solicitation Number
HHS-NIH-NIDA-SS-75N95022Q00020
 
Response Due
12/1/2021 1:00:00 PM
 
Archive Date
12/16/2021
 
Point of Contact
ERIC MCKAY, Phone: 3014802406
 
E-Mail Address
eric.mckay@nih.gov
(eric.mckay@nih.gov)
 
Description
This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement.���� Please note that 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. 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:� This acquisition is necessary for the preparation and high through put processing of DNA samples for long read sequencing experiments to support neurodegenerative disease research within the Center for Alzheimer�s Disease and Related Dementias. Purpose and Objectives: The Center for Alzheimer�s Disease and Related Dementias (CARD) works to understand the pathological basis of neurodegenerative diseases. The purpose of this acquisition is to procure a high throughput automated library preparation workstation to reduce user error and increase efficiency in sample preparation for long read sequencing experiments. Project requirements: Please see ""Attachment 1 - Purchase Description.Hamilton"" for the Hamilton brand-name or equal equipment that is required. Salient characteristics: Automated Library Preparation Workstation must be able to provide the following features. � System shall provide capability for whole genome, whole transcriptome sequencing, and� targeted sequencing applications. System shall be optimized and qualified in collaboration with Illumina, New England Biolabs and Roche KAPA to support Next Generation Sequencing procedures. System shall be optimized to support sample prep method for Oxford Nanopore DNA whole genome sequencing, and RNA targeted sequencing. System shall be configured with 1-16 tips with a Multi channel head (96 or 384) on one arm that utilizes the Dynamic Positioning System (DPS) technology, allowing independent Y spacing of all tips. System shall use Air Displacement pipetting technology and offer complete feedback on each individual channel. System shall not require liquid, tubing, syringes or system liquid waste containers. System shall use Monitored Air Displacement (MAD) and Total Aspirate/ Dispense Monitoring (TADM) technology for process verification during aspiration and dispense steps. System shall uses ADC (anti droplet control) to monitor the air pressure inside of the tips during sample transport to insure that no material leaks out of the tips. System shall use CO-RE technology to load and eject tips. CO-RE technology offers a Lock and Key mechanism for reliable tip loading (not friction fit). System shall not require air pressure to force the tips onto the 96/384 channel head or individual pipetting channels. System shall allow free on site gravimetric and absorbance testing of pipetting performance for GLP during installation. System shall offer a 1mL air displacement disposable tip channel with a dynamic pipetting range of 1ul-1mL. System shall offer an Optional 1mL air displacement disposable tip 96 channel TADM Head with a dynamic pipetting range of 1ul-1mL. System shall provide 3 modes for Liquid Level Detection: cLLD (Capacitance Liquid Level Detection) for ionic and polar liquid surfaces. pLLD (Pressure Liquid Level Detection) for non-polar solvents or small sample volumes. Dual LLD (combination of cLLD & pLLD) for detecting liquid through bubbles and for detecting between immiscible aqueous/organic phases. System shall allow for X, Y, Z gantry with integrated magnetic encoder for high positional accuracy and repeatability. System shall allow standard aerosol free tip removal. System shall allow for Optional CAP (Clean Air Protection) to create a HEPA filtered positive pressurized pipetting environment for Sterility. System shall allow for� Optional UV Light kit (software controlled) for added contamination prevention. System shall integrate with an On-Deck Thermal Cycler which allows the user to complete evaporation-free incubations and PCR steps without pausing. System shall come with standard Plexiglas covers on all four sides and the top for contamination prevention. System pipetting channels shall be able to pick up [optional] paddles for transport of plates, tip racks, and tubes around the deck. � Anticipated period of performance: Delivery shall be made within 6 months after receipt of purchase order. � Other important considerations: None � Capability statement /information sought. Respondents must provide, as part of their responses, a capability statement that includes information regarding respondents (a) current in-house capability and capacity to perform the work; (b) prior completed projects of similar nature; (c) corporate experience and management capability; and (d) examples of prior completed Government contracts, references, and other related information. � 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 and 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 and Contracting Officer.� Facsimile responses are NOT accepted. � The response must be submitted to Eric McKay, Contracting Officer at eric.mckay@nih.gov. � The response must be received on or before December 1, 2021, 4:00 P.M., 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/bc66dfbdc50248afae36bb2ba55beb93/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06179765-F 20211119/211117230126 (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.