Digital Polymerase Chain Reaction (dPCR) Systems

expired opportunity(Expired)
From: Federal Government(Federal)
75N95022Q00373SSN

Basic Details

started - 07 Jul, 2022 (22 months ago)

Start Date

07 Jul, 2022 (22 months ago)
due - 14 Jul, 2022 (21 months ago)

Due Date

14 Jul, 2022 (21 months ago)
Bid Notification

Type

Bid Notification
75N95022Q00373SSN

Identifier

75N95022Q00373SSN
HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Customer / Agency

HEALTH AND HUMAN SERVICES, DEPARTMENT OF (26939)NATIONAL INSTITUTES OF HEALTH (10892)NATIONAL INSTITUTES OF HEALTH NIDA (3127)
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 qualified business sources; whether they are small businesses or other than small businesses. 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).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.  This notice is strictly for research and information purposes only.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.Background: The mission of the Intramural Research Program (IRP) of the National Institute on Drug Abuse (NIDA) is to conduct state-of-the-art research on basic mechanisms that underlie drug abuse and addiction, and to develop new methods for the treatment of drug abuse and addiction.  Research is supported at the molecular, genetic, cellular, animal, and clinical levels and is conceptually integrated, highly innovative, and focused on major problems in the field. The long-term goal of the research is to better understand the biological and behavioral factors contributing to initiation, maintenance, and elimination of drug abuse and addiction (and associated diseases), and to translate this knowledge into improved strategies for preventing, treating, and reducing the negative consequences for the individual and for society caused by drug abuse and addiction. The Genetic Engineering and Viral Vector Core (GEVVC) provides support to the NIDA-IRP by developing and producing genetic tools capable of modulating and monitoring the molecules, cells, and circuits in the mammalian nervous system.  These tools are employed by researchers within the NIDA-IRP to study brain function under physiological and pathological conditions.Purpose and Objectives: The ability to reliably quantify specific nucleic acid sequences/templates within a sample volume is an essential capacity for maintaining high quality production standards for viral vectors, and for analysis of gene expression or gene copy number variation. NIDA IRP utilizes a digital polymerase chain reaction (dPCR) type of analysis.  This technology uses the “partition principle” to quantify templates by dividing a typical 25 microliter reaction (a fluorescent probe-based “TaqMan assay”) into thousands of uniformly sized end-point reactions which are counted using automated fluorescent imaging.  The tally of “positive” and “negative” partitions allows for a high confidence determination of the total number of templates in the starting volume.Project requirements: The GEVVC requires an automated four-plate multiplex-capable (5 channels) dPCR system to maintain current production capacity and quality, and to allow the offering of additional services for gene expression analysis (training and services for assay development and execution) and scheduled walk-up access for sharing the equipment with the NIDA IRP at large.A Capable Offeror must demonstrate its ability to provide the following brand name or equal items to the Government:Qty.   Description – Brand-name or Equal1        QIAcuity Four Platform System FUL-21        QIAcuity Nanoplate 26k 24-well (10)1        QIAcuity Probe PCR Kit (5mL)1        QIAcuity Demo Assay1        QIAcuity Nanoplate Tray (2)1        QIAcuity Nanoplate 8.5k 24-well (10)1        QIAcuity Nanoplate 8.5k 24-well (50)1        QIAcuity Nanoplate 8.5k 96-well (10)1        QIAcuity Nanoplate 8.5k 96-well (50)1        QIAcuity Nanoplate 26k 24-well (10)1        QIAcuity Nanoplate 26k 24-well1        QIAcuity EG PCR Kit (1mL)1        QIAcuity EG PCR Kit (5mL)1        QIAcuity EG PCR Kit (25mL)1        QIAcuity Probe PCR Kit (1mL)1        QIAcuity Probe PCR Kit (5mL)1        QIAcuity Probe PCR Kit(25mL)1        QIAcuity One-Step Viral RT-PCR Kit, cus1        QIAcuity Nanoplate Seals (11)1        QIAcuity Nanoplate Tray (2)1        QIAcuity Demo AssayA Capable Offerors must demonstrate its ability to provide a system with the following Salient Characteristics:Four-plate dPCR instrument for detecting up to 5 fluorescent dyes,Barcode scanner,Roller,USB flash memorySoftware Suite and control panel for a notebook computerProfessional installation & training,Warranty and Service Agreements for extended support24/7 automatic processing of online orders2-business day response time,Preventive maintenance visits.Plates processed: 4 platesDetection channels (multiplexing): 5 channelsThermocycler: 1Time to Result: First plate under 2 hours, every ~60 minutes a following plateThroughput (samples processed in a workday): Up to 672 (96-well), up to 168 (24-well)Dimensions: 70cm x 70cm x 70cmOther important considerations: This requirement may include the use of options to extend the period of performance in order to provide ongoing maintenance, warranty, and customer services support as well as options for increased quantities for component parts.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 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.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).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 solicitation notice number.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.All responses to this notice must be submitted electronically to the Contracting Officer.  Facsimile responses are NOT accepted. The response must be submitted to Joshua Lazarus, Contracting Officer, at e-mail address josh.lazarus@nih.gov. All responses should include the solicitation number and title in the subject line.The response must be received on or before July 14, 2022 at 3:00 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 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).”

c/o 3WFN MSC 6012 301 N Stonestreet Ave  Bethesda , MD 20892  USALocation

Place Of Performance : c/o 3WFN MSC 6012 301 N Stonestreet Ave Bethesda , MD 20892 USA

Country : United StatesState : Maryland

You may also like

BENCHMARK ULTRA SYSTEM

Due: 30 Jun, 2024 (in 2 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

LUMENIS DIGITAL DUET SYSTEM

Due: 30 Apr, 2024 (in 1 day)Agency: VETERANS AFFAIRS, DEPARTMENT OF

URINALYSIS TESTING SYSTEMS - DRUGS OF ABUSE

Due: 31 Jul, 2025 (in 15 months)Agency: Minnesota Department of Administration

Please Sign In to see more like these.

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

Classification

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