Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
SOURCES SOUGHT

66 -- Automated Cell Culture Processing System

Notice Date
4/7/2021 8:20:27 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-(AG)-SBSS-75N95021Q000138
 
Response Due
4/16/2021 9:00:00 AM
 
Archive Date
05/01/2021
 
Point of Contact
Andrea Clay, Phone: 3014802449, Scott Bredow, Phone: 3014807503
 
E-Mail Address
amcgee@nida.nih.gov, scott.bredow@nih.gov
(amcgee@nida.nih.gov, scott.bredow@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT NOTICE Solicitation Number:�� HHS-NIH-NIDA-(AG)-SBSS-75N95021Q000138 Title:� Automated Cell Culture Processing System NAICS Code:� 334516 Description:� Automated Cell Culture Processing System 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: � Automated Cell Culture Processing Systems mimic the manual cell culture process to maintain and expand multiple cell lines in a range from 6-well, 12-well, single well, and 384-well formats. The production of cells in large quantities and in consistent quality is a critical step for the implementation of cell-based high throughput screens (HTS). Current cell production for HTS is done manually, which leads to suboptimal batch-to-batch consistency, is a contamination-prone process, it has limited scalability, and lacks the needed industrial scale reproducibility. This leads to inconsistencies in the results of the screens, reduced productivity, and increased cost. This is particularly challenging when using stem cell and stem cell-derived cells because of the long duration of cultures, frequent media exchange steps to introduce differentiation media, and the high number of steps in the processing protocols. Automated tissue culture enables cell production with greater reproducibility and productivity. Flexible processing capabilities of our IPSCs will enable the provision of larger quantities of cells daily for cell-based assays while simultaneously growing smaller volumes of different cell lines for basic research and development activities. � Purpose and Objectives: The purpose of this acquisition is to procure an automated cell culture processing system. Scope of Work: The Contractor shall provide the Government with an automated cell culture processing system mimics the manual cell culture process to maintain and expand multiple cell lines in a range from 6-well, 12-well, single well, and 384-well formats. Anticipated delivery: 34 to 48 weeks Place of Performance: 35 Convent Drive Bethesda, MD 20892 Capability statement /information sought. Contractors that believe they possess the ability to provide the requirement should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The response should directly and specifically state in the, capabilities statement, which project requirements you can supply. Contractors must also provide their Company Name, DUNS Number, Physical 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 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 responses (capability statements) sent in response to this Small Business Sources Sought Notice must be submitted electronically (via e-mail) to the Contract Specialist. Facsimile responses are NOT accepted. The response must be submitted to Andrea Clay, Contract Specialist at e-mail address amcgee@mail.nih.gov The response must be received on or before April 16, 2021 at 12:00PM, 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 Federal Business Opportunities. 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).�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a3972c1f6ae0484684a1e49094527800/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05965605-F 20210409/210407230119 (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.