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 of Neurological Disorders and Strokes (NINDS) requires an Automated Enzyme Immunoassay Analyzer in the conduct of its research for producing genetically engineered marmosets in the Transgenic Marmoset Core Facility.
Specifications: At the minimum, the Government's salient characteristics for the Automated Enzyme Immunoassay Analyzer are: (1) 90-tests per hour throughput; (2) First result in 18-minutes; (3) 90-day calibration for most assays including E2 and Progesterone III; (4) Simple touch screen operation; (5) Automated dilution from 2 to 1000; (6) Small sample size 75ul for E2 and 30ul for Progesterone III; and (7) holds up to 180 tests and 100 patient samples for walk away capability.
The Automated Enzyme Immunoassay Analyzer should be brand-name or equivalent to Model AIA-900, manufactured by Tosoh Biosciences, Inc., 6000 Shoreline Court, Suite 101, South San Francisco, California, 94080-7606.
Anticipated period of performance / delivery date: The Government's anticipated delivery date is 30-45 calendar days after receipt of the duly executed purchase 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 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 [email protected] on or before August 13, 2019, 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 pre-solicitation 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).