TITLE: Sources Sought Notice FDA SS-1146117 This is a SOURCES SOUGHT NOTICE to determine the availability of potential small businesses (e.g., 8(a), service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, veteran-owned small business, and women-owned small business) in accordance with FAR 7.104(d). The potential small business will need to demonstrate the capability to perform all facets of the work described below. The sole intent of this Sources Sought Notice is to obtain capabilities for set-aside and procurement planning purposes. The North American Industry Classification System (NAICS) code for the proposed acquisition is 334516, Analytical Laboratory Instrument Manufacturing, with a small business size standard of 500 employees. This is not an invitation for bid, request for proposal, or other solicitation, and in no way obligates the Food and Drug Administration (FDA) to award a contract. BACKGROUND The Food and Drug Administration's Office of Acquisitions and Grants Services have a requirement for an Extracellular Flux Analysis System and accessories. The lab system: ÂShall be able to determine in real time a.Extracellular acidification rate b.Mitochondrial oxygen consumption rate ÂMust have 96 well format Must be able to assay c.Primary cells d.Tumor cells e.Adherent cell lines f.Suspension cell lines g.Mitochondria h.Islets (portions of tissue) ÂMust work on small sample volume less than 10ul ÂMust measure extracellular acidification and oxygen consumption rates at least every 5 minutes ÂCells must remain viable ÂTouch screen interface ÂAnalysis software ÂPrep station for assay preparation Disposables, accessories, service and training ÂShall provide the following disposable kits a.Qty 10 96 well PS cell culture microplates b.Qty 5 Cell Mito stress test kits c.Qty 5 Glycolysis stress test kits  CONTRACTOR REQUIREMENTS System installation, training and warranty shall consists of: a)Physical installation as well as calibration, qualification, and software installation b)Shall be scheduled within 60 days of delivery or at a time agreed upon in post-award conference c)Warranty shall be for at least 1 year from date of installation d)Service contract or warranty shall be included for optional years starting in year 2 e)Service to include at least 1 PM per year with all travel, labor, and parts included f)Service should cover re-calibration of instrument g)Service should also cover software and software upgrades The delivery location is 10903 New Hampshire Ave, Bldg 72, room 2334, Silver Spring, MD 20903 Please provide the follow Business information: 1.DUNS Number 2.Company Name 3.Company Address. 4.Company Point of Contact, phone number and email address 5.Type of company under NAICS, as validated via the System for Award Management (SAM). Additional information on NAICS codes can be found at www.sba.gov. Any potential government contract must be registered on the SAM located at http://www.sam.gov/index.asp. 6. Corporate structure (corporation, LLC, sole proprietorship, partnership, limited liability partnership, professional corporation, etc.); 7. Current GSA Schedules appropriate to this Sources Sought 8.Current Government Wide Agency Contracts (GWACs) 9.Point of Contact, phone number and email address of individuals who can verify the demonstrated capabilities identified in the responses. Interested parties having the capabilities necessary to provide the stated requirements may submit capability statements via email or regular mail to the point of contact listed below. Responses must be received not later than 3:00 PM EST, March 30, 2015. Capability statements will not be returned and will not be accepted after the due date. Documentation should be emailed to:
[email protected] with subject line titled "Sources Sought 1146117".
Bid Protests Not Available