SOURCES SOUGHT
66 -- SOURCES SOUGHT: Automated Plate Labeler
- Notice Date
- 4/1/2024 12:00:22 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
- 75N95024Q00228
- Response Due
- 4/16/2024 8:00:00 AM
- Archive Date
- 05/01/2024
- Point of Contact
- Hashim Dasti, Phone: 3014028225
- E-Mail Address
-
hashim.dasti@nih.gov
(hashim.dasti@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. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement, to determine the method of acquisition, and availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality.� 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. Small businesses are encouraged to respond. For equipment/supply requirements, small business responses must include: (1) the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture), as well as (2) the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule). Background:� The National Institute on Aging (NIA) is working to create a national resource of isogenic sets of Alzheimer�s Disease and Related Dementias mutated iPSC lines, complimented by foundational phenotypic data sets from differentiated disease-relevant cells derived from these lines. The automated plate labeler is a plate labeling system, capable of printing and applying labels to microplates that is compatible with a variety of microplates and deep well blocks. Purpose and Objectives: An automated plate labeler is essential to the iPSC Neurodegenerative Diseases Initiative (INDI) Project within the new Center for Alzheimer�s Disease and Related Dementias (CARD) which will be handling a multitude of plates and would take an inordinate amount of time to label by hand. Also due to large, automated cell culture system, this type of labeler integrates with it very well and would further the integrity and tracking of all the production samples. The research being done on the pathogenesis of neurodegenerative diseases will generate large quantities of samples and tubes that will need to be tracked and recorded into the existing automated cell culture system as well and the laboratory inventory system.� Project requirements: The automated tube labeler is essential part of the automation system that is designed for the INDI-Card initiative.� The automated plate handling system shall be customizable to the INDI-CARD�s needs in which it will be integrated in existing automation systems. It shall be able to handle a wide variety of plates. In addition to labeling, the labeler shall have optional features that can be added or upgraded to best fit specific requirements. Salient Characteristics: Throughput of 1-sided labeling: 440 plates/hour, 2-sided labeling 330 plates/hour 600 DPI Thermal transfer printer Labels can be applied to all sides of the plate in any combination. Standard label size: 0.25�high x 2.0�wide Removable stackers for easy loading and unloading. Stacker capacity for 48 half height microplates without lids or 13 deep well blocks User configurable label fields User adjustable label height Barcode scanner for validation. Can print range of standard barcodes including 1D and 2D De-lidder available (optional) Installation and Training Delivery Date: 60 days after receipt of order. Other important considerations: In case domestic sources are available and capable of fulfilling the Government�s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR 25. Capability statement /information sought. Companies that believe they possess the capabilities to provide the required products submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately.� Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. 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. 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 Hashim Dasti, Contract Specialist, at e-mail address hashim.dasti@nih.gov. The response must be received on or before April 16, 2024 at 11AM 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 www.sam.gov. 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://sam.gov/opp/a70ee9180c0e4da79d24038277e31840/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN07016053-F 20240403/240401230048 (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 |