Federal Bid

Last Updated on 13 Apr 2019 at 8 AM
Sources Sought
Location Unknown

BioTek AMX Associated Modules and Accessories

Solicitation ID 75N95019Q00108
Posted Date 20 Mar 2019 at 2 PM
Archive Date 13 Apr 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute On Drug Abuse
Agency Department Of Health And Human Services
Location United states
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 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 Center for Advancing Translational Sciences (NCATS) at the National Institutes of Health (NIH) was officially established in fiscal year 2012 to transform the translational science process so that new treatments and cures for disease can be delivered to patients faster. NCATS, one of 27 Institutes and Centers (ICs) at NIH, strives to develop innovations to reduce, remove or bypass costly and time-consuming bottlenecks in the translational research pipeline in an effort to speed the delivery of new drugs, diagnostics and medical devices to patients.

The opioid crisis highlights the urgent need for novel non-addictive pain medications, as well as improved treatments for opioid addiction and overdose. There is a need for pharmacological agents directed at novel targets to test new therapeutic hypotheses, new clinic-ready drugs directed at those targets, and new testing systems with the potential to be more predictive of human clinical response than traditionally used models. Through the Helping to End Addiction Long-term (HEAL) Initiative, NCATS will focus on the development of human cell-based models of opioid misuse and addiction and of pain. The Stem Cell Translation Laboratory (SCTL) is a state-of-the-art research facility within NCATS' Division of Pre-Clinical Innovation dedicated to addressing the scientific and technological challenges in the iPSC field. Specifically, the SCTL aims to develop a renewable supply of human cell-based models focusing on new patient-derived iPSC lines that give rise to specialized, functional nerve cells that are relevant for opioid misuse and addiction, and pain.

Purpose and Objectives: The purpose of this acquisition is to obtain brand-name only BioTek AMX, associated modules and accessories to develop and perform cellular assays for the Stem Cell Translation Laboratory (SCTL) within the National Center for Advancing Translational Sciences (NCATS) Division of Preclinical Innovation (DPI). The BioTek AMX module enables gentle automated media exchange to protect and encourage proliferation of spheroids, tumoroids and other 3D cell structures, 2D and suspension cells in microplate-based assays. The BioTek BioStack 4 is a compact and versatile microplate stacker compatible with BioTek's washers, dispensers, detectors and imaging systems. Its rapid plate exchange speeds increase throughput and enhance productivity, accommodating assay workflows for 96- and 384-well plates. It also offers efficient de-lidding and re-lidding of microplates for sensitive cell-based assays.

Project requirements: Offerors must be capable of delivering the following brand-name only items:

1. Name: MultiFlo FX
Brand: BioTek
Part No.: MFXP2
Quantity: Six (6)

2. Name: Cassette: 10 - 3,000 μL, 10 μL Increments, Plastic Tips
Brand: BioTek
Part No.: 7170010
Quantity: Twelve (12)

3. Name: Secondary Peristaltic Pump Dispenser Module
Brand: BioTek
Part No.: 7210010
Quantity: Six (6)

4. Name: Dual Syringe Dispenser Module - Autoclavable
Brand: BioTek
Part No.: 7210008
Quantity: Six (6)

5. Name: 1x16-tube Manifold
Brand: BioTek
Part No.: 7180543S
Quantity: Six (6)

6. Name: PERIWASH MODULE COMPLETE
Brand: BioTek
Part No.: 1260041
Quantity: Five (5)

7. Name: SVC BASIC INSTL & TRAINING TIER 2
Brand: BioTek
Part No.: SVCICT1
Quantity: Six (6)

8. Name: LABEL NOT FOR HUMAN IVD USE
Brand: BioTek
Part No.: NONIVD
Quantity: Six (6)

9. Name: BioStack4
Brand: BioTek
Part No.: BIOSTACK4
Quantity: Six (6)

10. Name: GSA LABELED PRODUCT
Brand: BioTek
Part No.: GSASUB
Quantity: Six (6)

11. Name: ACCESSORIES ALIGN MULTIFLO 3WR
Brand: BioTek
Part No.: 7310044
Quantity: Six (6)

12. Name: ACCESS STACK 30 PLATE LID
Brand: BioTek
Part No.: 1230004
Quantity: Six (6)

13. Name: SVC BASIC INSTL & TRAINING TIER 1
Brand: BioTek
Part No.: SVCICT
Quantity: Six (6)

14. Name: LABEL NOT FOR HUMAN IVD USE
Brand: BioTek
Part No.: NONIVD
Quantity: Six (6)

Anticipated award and delivery date: Award is anticipated in April or May 2019, with delivery of the items made F.O.B. Destination within thirty (30) days after receipt of order (ARO) to: NCATS, 9800 Medical Center Drive, Rockville, MD 20850.

Other important considerations: This is a brand-name only requirement for commercial items. These items must be compatible in all aspects (form, fit, and function) with existing systems presently installed. The current equipment is the BioTek EL-406 liquid handler and the new item must coordinate, connect, and interface with the existing system.

Capability statement /information sought: Responses to this notice must include sufficient information to establish the interested parties' bona-fide capabilities of providing the brand-name product. The response shall include: the unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations.

The respondent must also provide their DUNS number, 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 response is limited to fifteen (15) pages; the 15-page limit does not include the cover page, executive summary, resumes, 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 to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted.

The response must reference the announcement number and be submitted electronically to Mark McNally, Contract Specialist, at [email protected]. The response must be received by the response date and time specified in this announcement.

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).

Bid Protests Not Available

Similar Past Bids

Location Unknown 13 May 2019 at 2 PM
West haven Connecticut 06 Aug 2004 at 5 AM
Watkins Iowa 16 Sep 2016 at 6 PM
Lackland air force base Texas 22 Sep 2010 at 3 PM
Location Unknown 27 Oct 2016 at 7 PM

Similar Opportunities

Fairchild air force base Washington 17 Jul 2025 at 5 PM
Frederick Maryland 15 Jul 2025 at 3 PM
Colorado 06 Aug 2025 at 4 AM (estimated)
Colorado 06 Aug 2025 at 4 AM (estimated)