Federal Bid

Last Updated on 21 Aug 2014 at 8 AM
Sources Sought
Center Kentucky

Pintool

Solicitation ID HHS-NIH-NIDA(SSSA)-SBSS-14-483
Posted Date 23 Jul 2014 at 5 PM
Archive Date 21 Aug 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute On Drug Abuse, Station Support/Simplified Acquisitions
Agency Department Of Health And Human Services
Location Center Kentucky United states

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. 

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. The notice is strictly for research and information purposes only.

The information requested will assist the Government in determining the appropriate acquisition method, including whether a small business social-economic set-aside, competitive or non-competitive method is possible, and to determine the availability of qualified companies technically capable of meeting the Government's requirement.

ALL organizations with the capability and availability to perform the requirement under the applicable NAICS code are invited to submit a response to this notice.

NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE

423450

 

Laboratory equipment, dental and medical, merchant wholesalers

 

Description:

 

  Small volume compound or genomic reagent transfer station

  Compatible with SBS/SLAS/ANSI microplates in 96, 384 and 1536 well densities

  Compatible with V&P Scientific Floating pins

  Interchangeable pintool heads for rapid change of configurations between 96, 384 and 1536 well microplates.

  Included pintool heads with pins for 384 and 1536 microplates.

  Transfer rate as low as 2min to include washing and drying of pins.

  Includes no less than 3 microplate stations

  Includes no less than 3 washing stations including no less than 1 sonicating wash station

  Wash stations compatible with all potential solvents including

1.     Dimethyl sulfoxide

2.     Ethanol

3.     Methanol

4.     Deionized water

5.     Isopropanol Alcohol

  Includes 1 air assisted drying station

  Precision adjustment for pintool head alignment

  Capable of 24/7 operation

  Capable of operations through integration or by personal.

  Ability to “teach” locations for all process locations and custom microplates through intuitive software.

  Ability to generate custom protocols with parameters for

1.   Process order

2.   Motor Speeds

3.   Motor Acceleration

4.   Custom microplate selections

5.   Repetitive dipping actions

6.   Dwell times

  Safety systems in place to prevent personal injury while allowing appropriate access for operator.

CAPABILITY STATEMENT INFORMATION SOUGHT
Respondents must provide, as part of their responses, clear and convincing documentation of their capability of providing the item(s) specified in this notice.
Contractors that believe they possess the ability to provide the required must submit specific documentation of their ability to meet each of the project requirements to the Contract Specialist. Contractors must provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. 

Interested organizations are required to identify their type of business, applicable North American Industry Classification System 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.

All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Farrin Stanton, Contract Specialist, at [email protected] in MS Word format by or before the closing date of this announcement. All responses must be received by the specified due date and time in order to be considered.


The response must be received on or before August 6,2014, eastern time.

CONCLUDING STATEMENTS
Note:
This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your 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 review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government intends to negotiate a fixed-price purchase order.

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).  

Bid Protests Not Available

Similar Past Bids

Location Unknown 23 Sep 2014 at 12 PM
Bethesda Maryland 30 Aug 2013 at 3 PM
Location Unknown 01 Aug 2013 at 2 PM
Center Kentucky 11 Apr 2011 at 3 PM
Location Unknown 23 Jul 2014 at 1 PM

Similar Opportunities

No Similar Opportunities Found