Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 26, 2025 SAM #8643
SOLICITATION NOTICE

66 -- The Jess Protein Fractionation Capillary System

Notice Date
7/24/2025 10:28:01 AM
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
 
ZIP Code
20817
 
Solicitation Number
75N94025Q00158
 
Response Due
8/4/2025 9:00:00 AM
 
Archive Date
08/19/2025
 
Point of Contact
Usha Raman, Kimesha Leake
 
E-Mail Address
ramanu2@mail.nih.gov, Kimesha.leake@nih.gov
(ramanu2@mail.nih.gov, Kimesha.leake@nih.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).The National Institute of Child Health and Human Development (NICHD), Office of Acquisitions (OA) on behalf of the National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK) intends to award a purchase order to the entity below, without providing for full and open competition to procure a protein detection capillary system known as The Jess, for the Laboratory of Biochemistry and Genetics (LBG) at NIDDK. Oxford Nanoimaging Inc (ONI) 101 Jefferson Drive, Menlo Park CA, 94025 USA NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516- Analytical Laboratory Instrument Manufacturing, with a Size Standard of 1000. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2025-04 effective June 11, 2025. This acquisition is conducted under the procedures as prescribed in FAR subpart 13.106-1(b) -Simplified Acquisition Procedures at an amount not exceeding the simplified acquisition threshold ($250,000) and FAR Subpart 12- Acquisition of Commercial Items. STATUTORY AUTHORITY This acquisition is conducted under the authority of FAR 13.106(b)(1) Soliciting from a single source � For purchases not exceeding the simplified acquisition threshold. This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. Place of Delivery NIH/NIDDK 50 South Drive, Room 4503 Bethesda, Maryland 20892 DESCRIPTION OF REQUIREMENT Protein Detection Capillary System called the Jess. BACKGROUND The Laboratory of Biochemistry and Genetics (LBG) is requesting a protein detection capillary system known as The Jess. Protein detection is a critical aspect of research and is widely used within LBG and NIDDK labs. The traditional protein detection method (known as ""western"") involves separating proteins on a polyacrylamide gel, transferring the proteins to a membrane, and then treating the membrane with a series of antibodies. This process typically takes 2-3 days. The Jess uses capillaries instead of gels, and detects the proteins in the capillaries, without the need to transfer. The Jess also has a built-in detection system; no additional light or fluorescence detection system is needed. Consequently, much less protein is needed per experiment, common challenges associated with transfer to the membrane are circumvented, and the whole process takes 3 hours. LBG has tested this system with samples and found that its results were superior and more advanced than the traditional western method. Using this system will greatly improve the ability to detect proteins of interest, thereby contributing to the progress of research and discovery of NIDDK. The system will be available for any member of the Laboratory of Biochemistry and Genetics, thus increasing the research capabilities of a large number of people. TYPE OF ORDER This is a Firm Fixed-Price Purchase Order. SPECIAL ORDER REQUIREMENTS PRODUCT FEATURES/SALIENT CHARACTERISTICS The following product features/characteristics are required for this requirement: The system must include a capillary-based fractionation system with in-capillary ability for protein detection. The system much be able to detect, record and deliver data using chemiluminescent, two and color fluorescence probes. The system should have multiple capabilities, namely the ability to re-probe the fractionated proteins. Fractionation and detection must be highly reproducible, within the capillary cassette and between cassettes. Capillaries should have the ability to fractionate proteins within a wide protein size arrange (can be on multiple capillaries). The protein detections assay system should be fully automated, from sample loading to data acquisition, and the entire process should take no more than a few hours. The system should include a 10-seat license for the systems software that allows for quantitative analyses. DELIVERY / INSTALLATION The protein fractionation capillary system should be delivered within 90 days to Dr. Kevin O�Connell, 8 Center Drive, Building 8 Room 2A01, Bethesda MD 20892. TRAINING Training must be part of this acquisition, including on-site demonstrations using our samples, in person instruction of how to use the system and its capabilities, and access to comprehensive instruction manuals. PERIOD OF PERFORMANCE The anticipated period of performance for this order is September 30, 2025 through August 31, 2026. PAYMENT Payment shall be made as a one-time payment. REVIEW AND ACCEPTANCE The Project Officer or the Project Officer Supervisor will review and monitor the services provided to ensure services conform with contract requirements. For Services, invoices will be approved by the program officer and/or the Contracting Officer Representative (COR) according to payment terms above. PROJECT OFFICER The following Project Officer(s) will represent the Government for the purpose of this Purchase Order: Project Officer: TBD The Project Officer is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this Purchase Order; and (5) assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this Purchase Order. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor any costs incurred during the performance of this Purchase Order; or (5) otherwise change any terms and conditions of this Purchase Order. JUSTIFICATION The specific research performed in the Laboratory of Biochemistry and Genetics have detailed technical requirements for the multi-mode, super-resolution microscope. The nature of the research work dictates that the equipment must satisfy the requirements on the Statement of Need. The ONI Nanoimager is a microscope that was specifically designed and built to function on a benchtop in very limited space. The footprint of the microscope is small and it is resistant to vibration from centrifuges, shakers and other equipment that would be immediately adjacent to it given the limited availability of lab space. Only one vendor is capable of providing the equipment that can satisfy the research needs. ONI, the manufacturer, is the only source from which this equipment could be purchased from within the U.S. There is not a possibility to acquire the Nanoimager through a different supplier. ONI NanoImager is the only imaging system on the market that can satisfy these requirements needed by the research. ONI is the only company that produces and supplies this Nanoimager which is the world�s first compact desktop super resolution microscope, capable of visualizing, tracking and imaging individual molecules in living cells with 20 nm resolution. There is not a possibility to acquire the Nanoimager through a different supplier. There are no other super resolution microscopes on the market that have these specific design features or would otherwise meet the requirements for functionality, footprint and quality. CLOSING STATEMENT This is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice and may submit a capability statement, which shall be considered by the agency. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. Responses to this notice shall contain sufficient information to establish the interested parties� bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Unique Entity Identifier (UEI), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. Telephonic inquiries will not be honored. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purpose of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must be received by Monday, August 4, 2025, at 12:00 PM EST. Responses must be submitted via email to Usha Raman, Contracting Officer at ramanu2@mail.nih.gov and shall include pre-solicitation # 75N94025Q00158 in the subject line. Fax responses will not be accepted. ""All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/026e55f5f76f4a22b16a7491ddb73956/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07523672-F 20250726/250724230054 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.