Maryland Bids > Bid Detail

Sources Sought: GentleMACS Octo Dissociator with Heaters (Brand-name or equal)

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159974884572401
Posted Date: Mar 17, 2023
Due Date: Mar 31, 2023
Solicitation No: 75N95023Q00165-SS
Source: https://sam.gov/opp/9cf7acf443...
Follow
Sources Sought: GentleMACS Octo Dissociator with Heaters (Brand-name or equal)
Active
Contract Opportunity
Notice ID
75N95023Q00165-SS
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: Mar 17, 2023 03:54 pm EDT
  • Original Response Date: Mar 31, 2023 09:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Bethesda , MD 20892
    USA
Description

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 current projects carrying on in the lab largely depends on cell biology researches. Cell culture is broadly used in all kinds of biochemical studies to investigate the protein levels, functions, interactions, and approved animal study protocol (ASP1303-21).



Thus, NINDS DIR Synaptic Functions Section requires a fully automated and standardized tissue dissociation or homogenization GentleMACS Octo Dissociator with Heaters (brand name or equal) for the quality control of the lab’s primary cultures. Tissue dissociation is the essential basis for primary cell culture to yield cells with high viability and a minimum of cell debris. Hence, a standardized tissue dissociation protocol is critical for reliable and reproducible cellular analysis. Research at the Synaptic Function Section (SFS) aims to investigate the role of mitochondrial metabolism in neurodegenerative diseases. Primary cell culture from rodent is restricted to the embryonic stage due to the technical difficulty that tissue dissociation of postnatal/adult/aged brain requires sophisticated mechanical and enzymatic treatment to successfully disaggregate the tightly connected neural cells. Therefore, a fully automated and standardized tissue dissociation is critical to improve the quality and viability of primary neurons from postnatal/adult/aged brains from rodent models of neurodegenerative diseases.



Purpose and Objectives: The Synaptic Functions Section, at the Division of Intramural Research (DIR), within the National Institute of Neurological Disorders and Stroke (NINDS) seeks to purchase a fully automated and standardized tissue dissociation or homogenization for the quality control of the lab samples.



Project Requirements: For reference purposes, the fully automated and standardized tissue dissociation or homogenization that meets the need of this requirement is the GentleMACS Octo Dissociator with Heaters (Part Number 130-096-427) (Brand-name or equal)



The salient physical, functional, or performance characteristics that “equal” products must meet are as follows:




  • Automated and standardized tissue dissociation or homogenization;

  • Handel multiple samples at the same time;

  • Handle different tissues or culture cells;

  • Temperature is adjustable;

  • Preparation in a closed and sterile system, providing a high level of user safety and minimize cross-contamination.

  • FOB delivery at NINDS

  • 12 months warranty



Delivery Date: Delivery is expected within 45 days after contractor receipt of order (ARO). Delivery shall be FOB Destination and shall be delivered to NIH/NINDS Synaptic Function Section, located at 35 Convent Dr, Bethesda MD 20892, USA between the hours of 8:00 am and 5:00 pm, Eastern Standard Time, Monday through Friday (except on Federal Holidays).



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 or 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 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 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 Renato Gomes, Contract Specialist, at e-mail address renato.gomes@nih.gov.



The response must be received on or before March 31, 2022, at 9:00 a.m., 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
  • Mar 17, 2023 03:54 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 >