Maryland Bids > Bid Detail

Labconco Logic Vue Class II Enclosure Or Equal, Delivery and Installation

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • 61 - Electric Wire, and Power and Distribution Equipment
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159256982916012
Posted Date: Aug 15, 2023
Due Date: Aug 20, 2023
Solicitation No: 75N95023Q00596
Source: https://sam.gov/opp/1965ed7d88...
Follow
Labconco Logic Vue Class II Enclosure Or Equal, Delivery and Installation
Active
Contract Opportunity
Notice ID
75N95023Q00596
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 15, 2023 05:33 pm EDT
  • Original Response Date: Aug 20, 2023 06:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Sep 04, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 423450 - Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
  • Place of Performance:
    Bethesda , MD 20892
    USA
Description

  1. 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 mission of the Translational Neuroscience Center ,TNC/ Neural Differentiation Unit, NDU, is to develop in vitro 3D organoid models to study neural development, degeneration and pathology infectious diseases in the human brain. Long term neural differentiation cultures and 3D brain organoids derived from induced Pluripotent Stem Cells (iPSC) are important research tools for neurological disorders. However, the field have realized that the lengthy process creat variations and human mistakes, making results difficult to replicate. The automatic cell culture assistance, involving automatic L.Drop liquid hander, is the key for minimizing human errors and provide consistency and thus the success of using these cultures. The purchase of the Labconco Logic Vue Class II Enclosure is required to keep L.Drop liquid hander in the sterile conditions that is absolutely necessary for 3D and 2D organoids cultures maintenance and is critical for NINDS mission to provide good sciences on organoids cultures to study diseases pathogenesis and providing cures of neurological disorders.





Purpose and Objectives: The Translational Neuroscience Center (TNC), National Institute of Neurological Disorders and Stroke (NINDS) require purchase of the Labconco Logic Vue Class II Enclosure and installation service of the Labconco Logic Vue Class II Enclosure. The Labconco Logic Vue Class II Enclosure is needed to host an L.Drop liquid hander, the instrument that was previously been purchased in 2022.





Project requirements:




  1. Labconco Logic Vue Class II Enclosure

  2. Inside delivery and Installation service of the Class II Enclosure





Salient characteristics:




  • Norminal width: 4'

  • Norminal Sash Opening: 8" (20 cm)

  • Loading height: 42"

  • Integral Base stand

  • Conformance ADA, CAN/CSA C22.2, ETL, NSF 49, UL

  • LED Light

  • Electical: 115V 60 Hz 30A

  • Dimesions: 54.2" w x 39.6" d x 93.5" h

  • Weight: 825 lbs

  • Inside delivery to building 10, Room 5S258. Disasembly as required to bring equipment to the lab.

  • Installation, reasambly, setting in place of shipping debries in the lab Building 10,



Room 5S258, Bethesda MD 20892




  • 12 Month basic warranty on product and installation





Quantity:



1X Labconco Logic Vue Class II Enclosure



1X Installation of the Labconco Logic Vue Class II Enclosure



1X Delivery of the Labconco Logic Vue Class II Enclosure





Anticipated period of performance: Delivery shall occur within 30 days after receipt of order.





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 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 solicitation 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 Cassandra Conley, Contract Specialist, at e-mail address Cassandra.conley@nih.gov.





The response must be received on or before August 20th, 2023 at 6 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).




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
  • Aug 15, 2023 05:33 pm EDTSources 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 >