Maryland Bids > Bid Detail

Automated Ultra Low Freezer for NIA Biorepository

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • 41 - Refrigeration, Air Conditioning and Air Circulating Equip.
Opps ID: NBD00159533205853624
Posted Date: Apr 14, 2023
Due Date: May 1, 2023
Solicitation No: 75N95023Q00227-SBSS
Source: https://sam.gov/opp/314c2098e3...
Follow
Automated Ultra Low Freezer for NIA Biorepository
Active
Contract Opportunity
Notice ID
75N95023Q00227-SBSS
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: Apr 14, 2023 12:30 pm EDT
  • Original Response Date: May 01, 2023 12:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 4110 - REFRIGERATION EQUIPMENT
  • NAICS Code:
    • 333415 - Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
  • Place of Performance:
    Baltimore , MD 21224
    USA
Description

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; (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition; and (4) availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality.



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. 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 on Aging (NIA), Intramural Research Program (IRP), Office of the Scientific Director (OSD), Clinical Research Core (CRC) supports clinical investigation by assisting with those aspects of experimental design that deal with acquiring laboratory data and, more recently, their interpretation. The CRC processes, labels, catalogs, and stores clinical research samples in the Biorepository, and distributes them to research laboratories around the world, in accordance with College of American Pathology guidelines and current human subject regulatory guidelines. CRC also provides a dependable service for DNA/RNA extraction of clinical specimens.



The CRC Biorepository encompasses a growing collection of over 2.9 million human biospecimens stored in a centralized repository facility located on the fourth floor of the Triad Technology Center on the Johns Hopkins Bayview Medical Center campus in Baltimore, Maryland.



Statement of Need and Purpose: Automated freezer system is needed for expanding sample storage capacity and accountability of the NIA biorepository at TRIAD and replace outdated systems to support sample collection from participants to NIA studies (including, but no limited, BLSA, GESTALT, HANDLS).



Background Information and Objective: The NIA Biorepository is reaching maximum capacity and a new freezer system is needed to house research samples. Also, with the expanding sample collection, automation is needed to reliably manage the biorepository extensive collection.



Generic Name of Product: Automated Ultra Low Freezer



Purchase Description: Automated Sample Storage at -80C including: Automated ultra-low temperature freezer (ULT) storage, multiple temperatures -80°C, chest-like design, single cassette handler, vertical temperature gradient with ULT-Defrost zones, samples stored at ULT and robotics located in defrost zone, automated storage, rack based, handling: random rack access, dual XY cassette transport handler, SBS and cryobox rack storage, random rack access, un-interrupted climate service concept store, large LED digital temperature display, remote climate monitoring and control, housing including premium insulation for highest energy efficiency, microprocessor control for handling and climate, microprocessor controlled motors. Specifications at ambient 22°C, ~40% RH, Power 230V, 50Hz,

Other Considerations: The contactors shall provide one BiOLiX FAB-ULT 141k5 Automated Biorepository Freezer System (or equivalent) and all required above accompaniments. Delivery, installation, on site user training, on site administrator training, documentation, travel and subsistence, and a site acceptance test must be included.



The system must meet the ceiling clearance requirement of under 10ft.



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 product 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. Facsimile responses are NOT accepted.



The response must be submitted electronically to Iris Merscher, Contract Specialist, at iris.merscher@nih.gov.



The response must be received on or before May 1, 2023, by 12:00 p.m. (noon), Eastern Daylight 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 pre-solicitation 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
  • Apr 14, 2023 12:30 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 >