Required acquisition of two (2) compact robotic liquid handlers which is for handling liquid containing radioactivity ranging from 10 to 1000 mCi.

expired opportunity(Expired)
From: Federal Government(Federal)
NIMH22003955SS

Basic Details

started - 27 Jun, 2022 (22 months ago)

Start Date

27 Jun, 2022 (22 months ago)
due - 12 Jul, 2022 (22 months ago)

Due Date

12 Jul, 2022 (22 months ago)
Bid Notification

Type

Bid Notification
NIMH22003955SS

Identifier

NIMH22003955SS
HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Customer / Agency

HEALTH AND HUMAN SERVICES, DEPARTMENT OF (27006)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.

Solicitation Number:    NIMH22003955SSTitle: Required acquisition of two (2) compact robotic liquid handlers which is for handling liquid containing radioactivity ranging from 10 to 1000 mCi.Classification Code: 6640– Instruments and Laboratory Equipment  NAICS Code: 334516 - Analytical Laboratory Instrument ManufacturingDescription: 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; andtheir size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition.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).Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.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. This notice is strictly for research and information purposes only.Background: The National Institute of Mental Health (NIMH) Molecular Imaging Branch (MIB) PET Radiocpharmaceutical Science Section (PRSS) requires the acqusition of two (2) compact robotic liquid handlers which is for handling liquid containing radioactivity ranging from 10 to 1000 mCi.Purpose and Objectives: The purpose of this requirement is to obtain Robotic liquid handlers. Specifically to obtain two (2) GX241 robot arm device which will replace the obsolete Gilson 233 XLI  in hot cell 4 and hot cell 6 in the room B3C342.Project requirements: The objective of this acquisition is to obtain two GX241 robot arm devices which will replace the obsolete two Gilson XLI 233 devices in hot cell 4 and hot cell 6.The instruction set for the new GX241 is different from the old XLI 233.NIMH developed the software codes under non-disclosure agreement that has been made between NIMH and Gilson company such that instruction sets ( a set of ASCII (American Standard Code for Information Interchange) characters that will be sent to and received from the device) in 2014. The Gilson agreed to supply software package and support NIMH with communication protocol such that one can program the device easily. Gilson agreed to supply RS232 communication board, which is straight forward and easy to configure. NIMH has successfully developed a software independent on the Gilson Triluion software. The goal was to utilize the robot for radiochemical synthesis, which was satisfactorily achieved. We will reuse the existing codes.Purchase Description:Trade name: GX 241 liquid handler and GX SINGLE SYRINGE PUMP or equal in accordance with FAR 52.211-6 Brand Name or Equal (AUG 1999)Product’s brand name: GX241 liquid handler and GX SINGLE SYRINGE PUMPor equal in accordance with FAR 52.211-6 Brand Name or Equal (AUG 1999)Salient characteristics:Specifically, the NIMH requires the following:A robot arm must be compact.  The desired dimension should be smaller than 16 x 20 x 19 inches ( W x D x H).  The robotic device must be used inside the lead shielded confined space.  Therefore, the smaller the size of the robotic equipment, the better. The robot must be able to communicate stream of data bytes using modern communication protocols. The RS232 communication protocol is preferred.  Alternatively, the device must supply other modern communication port to the host computer using either Ethernet protocol (TCP/IP) or USB.Complete suite of instruction set for robot arm must be provided to NIMH scientists and engineers.Unlimited telephone support for programming must be provided by the manufacturer of the robotic device.It is recommended that software package such as DLL (dynamically linked library), header files, and documentation be supplied to the Government to expedite the programming the robot arm.If DLL is supplied, the DLL and software package must be compatible with Labview programming language.The robot should move with ca. 0.1 mm precision in x direction and y direction and z direction in three-dimensional space.The robot arm needle must be able to pierce silicon septum (2 ~ 3 mm in thickness).The robot must come with syringe pump for liquid handling.The robot must be used with a syringe pump that allows transport of a bolus of liquid (0.1 mL to 10 mL in volume) from one location to another. The syringe pump must have 3-way valve and 10 mL syringe.The robotic device must have a HPLC injection port where the injection needle can inject 0.1 mL to 10 mL of liquid.The robotic device that has digitally encoded position sensor is highly preferred over the one with analog position sensor.The robot must move along x , y, and z axis with adjustable speed.The space that the robotic needle can reach should be large enough for general radiochemistry.Quantity:Two (2) 241 II GILSON RS232,W or equal in accordance with FAR 52.211-6 Brand Name or Equal (AUG 1999)Two (2) GUIDE ASY,1.5MM PROBE Stimulator or equal in accordance with FAR 52.211-6 Brand Name or Equal (AUG 1999)Two (2) ASY,GX-241 RINSE STAT or equal in accordance with FAR 52.211-6 Brand Name or Equal (AUG 1999)Two (2) KIT,2.0MM PHARMED TUB or equal in accordance with FAR 52.211-6 Brand Name or Equal (AUG 1999)Two (2) SAMPLE LOOP, 5ML, SS, or equal in accordance with FAR 52.211-6 Brand Name or Equal (AUG 1999)Two (2) CABLE, SERIAL,DB9M- TO-, or equal in accordance with FAR 52.211-6 Brand Name or Equal (AUG 1999)Two (2) GX DIRECT INJECTION M or equal in accordance with FAR 52.211-6 Brand Name or Equal (AUG 1999)Four (4) PROBE,221x1.5x1.1MM C or equal in accordance with FAR 52.211-6 Brand Name or Equal (AUG 1999)Two (2) INJECTION PORT ASY,1.or equal in accordance with FAR 52.211-6 Brand Name or Equal (AUG 1999)Two (2) KIT,DIRECT INJ,1/16 &.or equal in accordance with FAR 52.211-6 Brand Name or Equal (AUG 1999)Delivery Date: Desired delivery date is three to four months after receipt of order.Period of Performance: Not applicable but initial installation must be performed by the manufacturer’s engineer.Option(s): NoneCapability statement /information sought. Respondents must provide clear and convincing documentation of their capability of providing the products specified in this notice including providing information regarding being an authorized provider of the services.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.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 an outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein.The response must include the respondents’ technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.All responses to this notice must be submitted electronically to the Contract Specialist. Facsimile responses are NOT accepted.The response must be submitted to Christopher Halstead, at e-mail address christopher.halstead@nih.gov with the subject line NIMH22003188SS.The response must be received on or before July 12, 2022, 5:00 pm, 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 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).

Bethesda ,
 MD  20892  USALocation

Place Of Performance : N/A

Country : United StatesState : MarylandCity : Bethesda

Classification

naicsCode 334516Analytical Laboratory Instrument Manufacturing
pscCode 6640Laboratory Equipment and Supplies