Maryland Bids > Bid Detail

Air handler overhaul of the SelecT Automated Cell culture system - Morgan Serial #EOY2L04000 for NCATS

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159127488303720
Posted Date: Jan 9, 2023
Due Date: Jan 23, 2023
Solicitation No: 75N95023Q00070
Source: https://sam.gov/opp/b86cace152...
Follow
Air handler overhaul of the SelecT Automated Cell culture system - Morgan Serial #EOY2L04000 for NCATS
Active
Contract Opportunity
Notice ID
75N95023Q00070
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NIDA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 09, 2023 01:33 pm EST
  • Original Response Date: Jan 23, 2023 09:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    MD 20850
    USA
Description

Federal Business Opportunities (FBO)



SOURCES SOUGHT NOTICE




  1. Solicitation Number: 75N95023Q00070

  2. Title: Air handler overhaul of the SelecT Automated Cell culture system - Morgan Serial #EOY2L04000 for NCATS

  3. Classification Code: J066 Maintenance and Repair of Instruments and Laboratory Equipment

  4. NAICS Code: 811219 Other Electronic and Precision Equipment Repair and Maintenance

    1. Dollars or Number of Employees: $22 million





Description:



Air Handler overhaul of components of the BSC of the system of SelecT Morgan (EOY2L040000)



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, conducting, supporting and making medical discoveries that improve people’s health and save lives.



The National Center for Advancing Translational Sciences (NCATS) is a part of the National Institutes of Health (NIH), which mission it 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.



To establish and move stem cell technologies forward through a more centralized effort, NIH has launched the Stem Cell Translation Laboratory (SCTL) within the NCATS. SCTL goal is to bring iPSC technology closer to clinical application, drug discovery and regenerative medicine. Ongoing research projects in SCTL focus on understanding molecular mechanisms regulating stem cell pluripotency and their multi-lineage differentiation capabilities with a focus on defining optimum culture conditions for maintaining pluripotent stem cells and their conversion to homogeneous and mature population of differentiated cells.



As such, discovering probe molecules that could serve as starting points for therapeutics in rare cancers is of great interest within NCATS. NCATS has several projects that address many aspects of oncology mechanisms and approaches to discovering novel, effective small molecules. The services requested here are fee for service testing that will provide insight on efficacy across many cancers and will help progress and provide critical scientific guidance on projects that NCATS has been working on for many years.



Purpose and Objectives:



The Air handler is integrated into the Sartorius CompacT SelecT Automated Cell Culture System and is necessary to ensure cell sample integrity and prevent microbial contamination of said samples during the culturing process. These cells are used in numerous projects for the SCTL group’s mission as well as other NCATS and external collaborative projects.



The Sartorius CompacT SelecT Automated Cell Culture System -Morgan- is primarily used to provide differentiated IPS cell lines for the SCTL Group’s projects and other projects throughout NCATS.



It is essential to ensure the air handler is running efficiently and correctly therefore important that it is overhauled. The air handler overhaul of components of the BSC of the system of SelecT Morgan will include:



Preliminary VHP decontamination



Replace Laminar HEPA filters and fan/capacitor assemblies’



Replace Return air HEPA filters and fan/capacitor assemblies’



Filter integrity testing



Air flow balancing adjusted to within current system specifications



Post VHP decontamination



Project requirements:



The Contractor shall Air Handler overhaul of components of the BSC of the system of SelecT Morgan. Serial # #EOY2L04000.



The Contractor will be required to:



• Decontaminate, using the common practice of vaporized hydrogen peroxide (VHP) sterilization, of the Biological Safety Cabinet (BSC) portion of the system. This will ensure no potential biological contaminants escape the system components or existing HEPA filter.



• Replace functional components of the air handling system – fan motor assemblies and electronic capacitors, HEPA filters.



• Perform filter integrity testing – this will ensure the BSC section of the system will remain sealed from external contaminants and no potential contaminants escape the system. Testing is completed using particulate detection methods.



• Balance the system to ensure the correct amount of airflow is maintained to prevent internal/external contaminants and maintain sterility within the system. Balancing will follow the manufacture’s (Sartorius) specifications.



• Decontaminate/sterilization to unsure the BSC sections of the system to unsure they have been returned to state where cell production can occur.



• Documentation will be provided showing all data collected (items replaced, balancing of the system, etc.) during the overhaul processes.





Anticipated period of performance:





The work shall be scheduled as soon an approved order is transmitted to the vendor and the site visit and work shall be completed within 60 days.





Other important considerations: Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the work mentioned above.





Capability statement /information sought. Respondents must provide clear and convincing documentation of their capability of providing the services specified in this notice. Also, information must be provided in sufficient details of the respondents’ (a) staff expertise, including their availability, experience, formal and other training; (b) current in-house capability to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and other management capability; and (e) examples of prior completed Government contracts, references, and other related information.





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 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.





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 and Contracting Officer. Facsimile responses are NOT accepted.





The response must be submitted to Nick Niefeld, Contract Specialist at e-mail address nick.niefeld@nih.gov.





The response must be received on or before January 23, 2023, at 9 am 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).”


Attachments/Links
Contact Information
Contracting Office Address
  • c/o 3WFN MSC 6012 301 N Stonestreet Ave
  • Bethesda , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 09, 2023 01:33 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >