Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 01, 2020 SAM #6789
SOURCES SOUGHT

66 -- MILLIPLEX BOVINE CYTOKINE PANELS

Notice Date
6/29/2020 12:12:58 PM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
USDA ARS MWA AMES LSS AMES IA 50010 USA
 
ZIP Code
50010
 
Solicitation Number
12612120Q0015SS
 
Response Due
7/7/2020 3:00:00 PM
 
Archive Date
07/22/2020
 
Point of Contact
RANDALL REINERTSON
 
E-Mail Address
randall.m.reinertson@usda.gov
(randall.m.reinertson@usda.gov)
 
Description
SOURCES SOUGHT NOTICE �A market survey is being conducted to determine if there are adequate Small Business, SBA-certified HUBZone, SBA-certified 8(a), Women-Owned, or Service Disabled Veteran-Owned Small Business (SDVOSB) contractors available for a proposed project who meet the specific criteria outlined below. This is not a solicitation Announcement or Request for Proposal. It does not constitute any commitment by the Government. No award will result from this notice. The purpose is to conduct market research to gain knowledge of potentially qualified sources. Responses to this Sources Sought Notice will be used by the Government to make an appropriate acquisition decision. The USDA Agricultural Research Service (ARS) will not award a contract on the basis of responses or pay for the preparation of any information submitted. Respondents will not be notified of the results of this notice. After completing an analysis of the responses, the Government will determine whether to limit competition to 8(a), HUBZone, SDVOSB, Women-Owned, or other small business firms, or to proceed with issuing an unrestricted solicitation, inviting full and open competition. Department of Agriculture (ARS) requests responses from ALL socioeconomic categories in order to gain a more complete understanding of the market for these services. The Department of Agriculture (ARS) has the need for the following service: ����������������������� Define Minimum Requirements: This order will contain sixteen of the Milliplex Bovine Cytokine Panels which target cytokines IFN-g, IL-10, IL-17A, IL-1b, IL-6, IL-36RA/IL-1F5, TNF-a, and MCP-1/CCL2. These cytokine targets are essential in order to observe the change in cytokine production upon addition of a vaccine or an immune modulator within treatment groups and different disease statuses. These panels are required to be the same lot number in order to create uniformity within sample sets. The Milliplex Bovine Cytokine Panel is used to analyze cytokine production of up to 15 cytokines/chemokines simultaneously in one plate.� This reduces the amount of sample needed to assay for multiple cytokines, also reducing overall labor and reagent costs.� Cytokine production analysis is essential to understand the fundamentals of host immunity during infection. Task 1. The Milliplex Bovine Cytokine Panels must include the following analytes: IFN-g, IL-10, IL-17A, IL-1b, IL-6, IL-36RA/IL-1F5, TNF-a, and MCP-1/CCL2 and the plates must be able to be analyzed on a Luminex xMAP machine. �Task 2. The order contains plates, buffers, quality controls to qualify assay performance, comparison of standard and QC lots, serum matrix for analyte environment and detection antibody cocktails �To be eligible, all vendors must be registered in the System for Award Management (SAM) with a current and active registration. A vendor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register in SAM.�Vendor must include their DUNS# on their capability statements. The NAICS code for the expected acquisition is 334516, with a Size Standard of 500 Employees �and the PSC Code is 6640. Any subsequent procurement will be conducted as a commercial item purchased in accordance with FAR Part 12 and as a Simplified Acquisition Procedure in accordance with FAR Part 13.� Companies who have the experience, as well as an interest in doing business with ARS, should submit a Capabilities Statement which, for this notice, is not expected to be a proposal, but rather short statements regarding the company�s ability to demonstrate their expertise and experience in relation to the areas specified in this notice. Companies should also indicate whether they are a Small Business, SBA-certified HUBZone, SBA-certified 8(a), SDVOSB, or Women-Owned Small Business. Responses should be submitted by (7/07/2020 @5:00pm central time) to the attention of (Randall Reinertson) at the address above. Questions should be directed to Randall Reinertson,� Randall.m.reinertson@usda.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9d8d7a7037bf4089889a3d94f586545b/view)
 
Place of Performance
Address: Ames, IA 50010, USA
Zip Code: 50010
Country: USA
 
Record
SN05706991-F 20200701/200629230159 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.