Maryland Bids > Bid Detail

Explore 3072 Reagent Kits

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159634368430952
Posted Date: Jun 7, 2023
Due Date: Jun 22, 2023
Solicitation No: 75N95023Q00386
Source: https://sam.gov/opp/87b1bf909c...
Follow
Explore 3072 Reagent Kits
Active
Contract Opportunity
Notice ID
75N95023Q00386
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: Jun 07, 2023 03:59 pm EDT
  • Original Response Date: Jun 22, 2023 10:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jul 07, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 325413 - In-Vitro Diagnostic Substance Manufacturing
  • Place of Performance:
    MD
    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; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition.



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) Translational Gerontology Branch (TGB) as well as other laboratories in the NIA require the use of the Olink platform for ongoing and developing projects that include in depth proteomics analysis of human plasma samples, skeletal muscle biopsies and sorted white blood cell populations. This will also give NIA a unique opportunity to run in depth screening that are critical for normal biological system operation.



Purpose and Objectives:



To perform targeted proteomic identification and quantitation in cerebrospinal fluid (CSF) samples using the Olink Explore 3072 kit.



Salient characteristics:



This specific kit is needed for compatibility with the NIA existing in-house equipment including the Mosquito, the Dragonfly and the Epmotionorder to perform targeted proteomics identification and quantitation in plasma and CSF samples. 5 Explore 3072 Kits, each of which includes eight Olink explore 384 probe kit (Inflammation, Inflammation II, Oncology, Oncology II, Cardiometabolic, Cardiometabolic II, Neurology, Neurology II), and two each of sample prep 1 (10 total), sample prep 2 (10 total), plate controls (10 total) and sample diluent (10 total) are required to perform targeted proteomic identification and quantitation in cerebrospinal fluid (CSF) samples using the Olink Explore 3072 kit.



Anticipated Delivery Date:



Upon first availability of kits, or 60 days after ARO.



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:



Small business concerns that believe they possess the capabilities to provide the required services 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 by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Small businesses must also provide their Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information.

Interested small businesses are required to identify their type of business, applicable North American Industry Classification System 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 respondent must also provide their Unique Entity ID from SAM.gov, 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 capability statements sent in response to this Small Business Sources Sought Notice must be submitted to Fred Ettehadieh, Contracting Officer, by email at fred.ettehadieh@nih.gov before the closing date and time of this announcement. All responses must be received by the specified due date and time in order to be considered. Facsimile responses are not acceptable.



Disclaimer and Important Notes:



This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your 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 review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending.



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
  • Jun 07, 2023 03:59 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 >