The information requested will assist the Government in determining the appropriate acquisition method including small business socio-economic set-aside possibilities and to determine the availability of qualified Small Business companies technically capable of meeting the Government's potential requirement. All Small Business companies 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
The NAICS code applicable to this requirement is 334516 Analytical Laboratory Instrument Manufacturing with size standard 1000 employees.
BACKGROUND
The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability. The National Center for Advancing Translational Sciences (NCATS) is a translational science center whose mission is to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions.
NCATS performs numerous liquid dispensing high-throughput assays annually within the various laboratories at the center. NCATS tests all compounds at multiple concentrations in the primary screen that enables compound bioactivity assessment and probe production efficiency, thus allowing staff to make more informed decisions on which scaffolds to pursue for probe development. NCATS collaborates with outside investigators to produce high-quality chemical probes to define new biology, reflected in reaching potential new investigators producing new scientific endeavors. NCATS is focused on new technologies and paradigms to improve the process of probe development, typified by qHTS, informatics platforms, utilization of structural biology to accelerate probe development, and the development of new synthetic and analytical chemistry paradigms. Discoveries about the molecular basis of disease provide unprecedented opportunities to translate research findings into new medicines. A key element of high throughput screening is the dispensing of reagents into plates and also the quantification of biological samples through microplate-based detection measurement using an ultra high-speed high-throughput screening (HTS) microplate imager system.
Purpose and Objectives
This Small Business Sources Sought notice seeks to determine eligible sources capable of achieving the essential features of this potential requirement, which is to obtain one (1) Ultra High-Speed HTS Microplate Imager on a BRAND-NAME-OR-EQUAL basis to the ViewLux ultra-HTS microplate imager manufactured by PerkinElmer Health Sciences, Inc. located at 710 Bridgeport Avenue, Shelton, CT 06484-4794.
Project Requirements
Offerors submitting a response to this Small Business Sources Sought notice shall possess the ability to achieve the essential government features specified herein. Products offered must include those salient physical, functional, or other characteristics of the XYZ, manufactured by PerkinElmer Health Sciences, Inc, which are deemed essential in meeting the government's needs. Specifically, the following are considered essential features for this potential requirement for one (1) High speed microplate imager:
1. Detection techniques: fluorescence intensity, time-resolved fluorescence, fluorescence polarization, absorbance (UV and visible), luminescence (including radioactivity)
2. High sensitive, back illuminated CCD camera
3. Temperature control
4. Barcode reader
5. ViewLux Workstation Software
6. ViewLux user computer and 17" flat screen
7. Supports all standard detection technologies: fluorescence, TRF, absorbance and luminescence
8. Must be compatible with existing ViewLux and Kalypsys robotic systems and software.
Products offered must be essentially equal to the specified supply described in this announcement, which specifically includes the following items and accessories with manufacturer Part Number for quantity one (1).
-1430-0010A ViewLux ultraHTS microplate imager
-10868782 ViewLux instr.assembly_1430
-61008209 Installation kit, 115V_US, 1430 w.850S
-1430-5250 ViewLux UV dichroic mirror (400 nm)
-1430-5260 ViewLux FITC dichroic mirror (508 nm)
-1430-5270 ViewLux BODIPY-TMR dichroic mirror (550
-1430-5280 ViewLux Alexa 594 dichroic mirror
-61008373 Right stacker, robot and robot loading shelf - including 32 plate cassettes
-2009-0030 TestPlate w. photometry&lumi Test Plate (Fl, TRF, ABS and Lumi)
Offerors must indicate if any applicable extended warranty coverage (incl. parts, labor and travel) is only offered at time of purchase in accordance with the Offeror's standard commercial practice, or if warranty may be tendered on an optional year basis, priced on a per annum basis, for a total contract warranty period term not to exceed five (5) years. If Offeror's standard commercial warranty practice is less than five years, offeror shall also include pricing for extended warranty coverage/preventive maintenance, for a total period not to exceed five (5) years. Offerors must indicate on their response if the supply offered is of an equal type or is brand-name.
Delivery: Offerors should indicate an estimated delivery time in full after receipt of an order and any other training or factory warranty schedules in accordance with standard commercial practice, as applicable. Shipping shall include FOB-destination. Inspection and acceptance will be performed at a Government facililty located at 9800 Medical Center Drive, Rockville, MD 20850.
CAPABILITY STATEMENTS/INFORMATION SOUGHT
Interested parties are expected to review this notice to familiarize itself with the requirements of this project. Failure to do so will be at your firm's own risk.
Respondents must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in this announcement; (d) quantity; (e) shipping, handling, and/or installation instructions, and/or any special delivery conditions after receipt of an order.
Respondents that believe that they are manufacturers or authorized re-sellers of the equipment specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; (d) quantity; (e) estimated price or cost; (f) shipping, handling, and/or installation charges; and delivery date after receipt of order.
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.
The information submitted must be in outline format that addresses each of the elements of this requirement. A cover page and an executive summary may be included but is not required.
The response is limited to fifteen (15) pages. This 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.
Respondents must reference the subject announcement number on all correspondence related to this Small Business Sources Sought notice. The response must be submitted to Hunter Tjugum electronically, at [email protected], and be received prior to the closing date specified in this announcement.
CONCLUDING STATEMENTS
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 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).