Brand-Name or Equal: SPT Labtech Nuclear Magnetic Resonance (NMR) Receivers (2)

expired opportunity(Expired)
From: Federal Government(Federal)
75N95024Q00234-SS

Basic Details

started - 03 Apr, 2024 (29 days ago)

Start Date

03 Apr, 2024 (29 days ago)
due - 10 Apr, 2024 (22 days ago)

Due Date

10 Apr, 2024 (22 days ago)
Bid Notification

Type

Bid Notification
75N95024Q00234-SS

Identifier

75N95024Q00234-SS
HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Customer / Agency

HEALTH AND HUMAN SERVICES, DEPARTMENT OF (27008)NATIONAL INSTITUTES OF HEALTH (10912)NATIONAL INSTITUTES OF HEALTH NIDA (3133)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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, responses must include the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule).Background: The ASPIRE (A Specialized Platform for Innovative Research Exploration) initiative, spearheaded by NCATS, is designed to expedite the preclinical phase of drug discovery. This will be achieved through the seamless integration of automated synthetic chemistry and high-throughput biology with cutting-edge information technologies and AI/ML algorithms. The synergy of these disciplines under ASPIRE aims to empower scientists to venture into previously uncharted areas of biologically active chemical space, potentially unlocking novel avenues for therapeutic intervention.The Reaction Preparation and Screening platform is a unique, tailor-made modular system designed to address the demands of a modern, high throughput experimentation and accelerate the development of small molecules for drug discovery at NCATS/NIH. We now require 2x SPT Labtech NMR Receivers to be used as automated analytical sample delivery interfaces for this platform. SPT Labtech is the vendor used to procure a Lab2Lab system which is a scalable analytical sample delivery infrastructure already in place at NCATS that enables automated systematic delivery of analytical samples to a bank of remotely located analytical instruments (e.g. HPLC, NMR, GC, etc).The Reaction Preparation and Screening platform under development is capable of generating large numbers of analytical samples requiring immediate analysis across any given 24-hour period thus requiring an efficient automated delivery of such samples – and thus requires a custom physical interface from Lab2Lab to allow sample transport through NCATS’ existing Lab2Lab infrastructure.Purpose and Objectives: The purpose of this procurement is to acquire two (2) brand-name or equal SPT Labtech NMR Receivers. These receivers will serve as integrated automated sample transport interfaces, facilitating the automated delivery of analytical samples to remote analytical instrumentation. The units will be incorporated into an automated reaction preparation and screening platform currently being assembled for NCATS. This integration is aimed at enhancing the efficiency and efficacy of the platform’s operation. Project Requirements:Description: Receiver Bruker – nmr including Software, Additional Hardware, Hp 350Part No.: 2094-14000Quantity: 2Description: Installation lab2lab - AccessoriesPart No.: SLA-INS-020Quantity: 1Brand equal products must meet the following salient physical, functional, or performance characteristics:Utilize pneumatic (air) transport technology with capability to move samples (2D tubes) between various locations and analyzers.Capability to accommodate SPT Labtech’s specially designed 2d-barcoded vials.Capability to integrate into SPT Labtech’s lab2lab system.Capability to receive sample vials from the Lab2Lab router for aspiration, then send sample vials back to the router after successful aspiration. Delivery Date: Within 12 weeks after receipt of order (ARO).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 or services should 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 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 Mark McNally, Contract Specialist, at e-mail address mark.mcnally@nih.gov. The response must be received on or before April 10, 2024, at 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 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).”

USALocation

Place Of Performance : N/A

Country : United States

Office Address : c/o 3WFN MSC 6012 301 N Stonestreet Ave Bethesda , MD 20892 USA

Country : United StatesState : MarylandCity : Rockville

Classification

naicsCode 334516Analytical Laboratory Instrument Manufacturing
pscCode 6630Chemical Analysis Instruments