Federal Bid

Last Updated on 22 Dec 2023 at 1 PM
Sources Sought
Rockville Maryland

PHERAstar FSX multimodal plate readers (Brand Name or Equal)

Solicitation ID 75N95024Q00071_SB
Posted Date 22 Dec 2023 at 1 PM
Archive Date 23 Jan 2024 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institutes Of Health Nida
Agency Department Of Health And Human Services
Location Rockville Maryland United states 20850
  1. Solicitation Number: 75N95024Q00071_SB
  2. Title:  PHERAstar FSX multimodal plate readers (Brand Name or Equal)
  3. Classification Code:  6640-LABORATORY EQUIPMENT AND SUPPLIES
  4. NAICS Code:  334516- Analytical Laboratory Instrument Manufacturing
  5. Size Standard: 1,000 employees
  6. Description:  PHERAstar FSX multimodal plate reader for integration on the fully automated Thermo Scientific robotic platform (Brand name or equal).  

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; (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition; and (4) availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality.

For equipment/supply requirements, responses must include the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule).

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:  The National Institutes of Health (NIH) is the nation’s leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting, and making medical discoveries that improve people’s health and save lives.

The Tox21 and Robotics Screening Lab at the National Center for Advancing Translational Sciences (NCATS) seeks to purchase a PHERAstar FSX multimodal plate reader for integration on the fully automated Thermo Scientific robotic platform (Brand name or equal). The robotic system currently features key elements for an automated screen (reagent dispenser, incubators, pintool, and robotic arms), and this PHERAstar FSX with assay stabilization multimode reader will be integrated onto the Tox21 robot to eventually replace the dependence on outdated technology using the very old Envision reader.  The addition of this PHERAstar plate reader will make it possible for assays to be run in a fully automated fashion.  This has a high priority because we need this in time for a robotic upgrade.

Purpose and Objectives: PHERAstar FSX multimodal plate reader for integration on the fully automated Thermo Scientific robotic platform (Brand name or equal).

Project requirements: PHERAstar FSX multimodal plate reader for integration on the fully automated Thermo Scientific robotic platform (Brand name or equal).

Part Number

Line Item Description

0472-101A     

PHERAstar FSX Basic (Brand name or equal)

1100-472-401 

Absorbance FS Spectrometer (Brand name or equal)

1100-472-501 

High-End TRF/HTRF (Brand name or equal)

1100-472-502 

TR-FRET Laser (Brand name or equal)

Assay Stability System 

Advanced Assay Stability needed (Brand name or equal)

Manufacturer's Warranty

1300-501       

Control and Evaluation Software(Brand name or equal)

Installation and Training

1400-G4M-TRF-337-665-620               

Optic Module (Brand name or equal)

1400-G2M-FI-350-450              

Optic Module (Brand name or equal)

1400-G3M-FI-485-590-520              

Optic Module (Brand name or equal)

1400-G3M-FI-410-460-530-460        

Optic Module (Brand name or equal)

Salient characteristics:

  • Eleven measurement principles: (1) Fluorescence intensity, (2) UV/Vis Absorbance, (3) Luminescence, (4) Time-Resolved Fluorescence, (5) Simultaneous Dual Emission, (6) Fluorescence Resonance Energy Transfer(FRET), (7) Laser-based AlphaScreen® / AlphaLISA®/AlphaPlex®, (8) Fluorescence Polarization, (9) HTRF® ,(10) Time-Resolved fluorescence resonance energy transfer (TR-FRET), (11) Bioluminescence resonance energy transfer (BRET)
  • Simultaneous dual emission in all measurement modes, both emission wavelengths are collected at the same time. Greatly enhances speed, throughput, and accuracy – especially for FRET(TR-FRET)/BRET/FP assays
  • Four PMTs that are optimized and matched for various measurement modes – no other reader on the market has this capability. PMTs are automatically used when needed with no user intervention
  • Ultra-Fast UV/Vis spectrometer that allows for full-spectrum absorbance measurement to be taken in less than 1 second per well at 1,2,5 and 10nm resolution
  • Direct Optic Bottom Reading- unmatched bottom reading for cell-based assays is achieved through innovative engineering using a series of software controlled lenses and mirrors while allowing for automatic software controlled switching between top and bottom reading
  • Optional on-board integrated reagent injectors for assays that acquire the ability to monitor a signal before, during, and after the addition of a reagent to a well. Inject and read simultaneously
  • Extremely fast read times- 14s for a 384 well plate, and 27s for a 1536 well plate (1 flash)
  • Advanced assay stability system which enables the microplate reader to match room temperature conditions and to be maintained at any temperature between 18 and 45°C.
  • Z height focus most accurate in the industry – 100 micron resolution for fantastic sensitivity
  • Assay modules with ALL filters and dichroics contained in one component – no swapping of filters, wheels, dichroics, mirrors, or other pieces necessary
  • Three excitation sources: Standard high intensity xenon flashlamp for excitation and direct light path illumination of wells; optional AlphaScreen solid state red laser for enhanced performance; and optional pulsed nitrogen UV laser at 337nm for TRF and TR-FRET such as HTRF (lanthanide based), LanthaScreen and DELFIA
  • Reads 6-3456 well plates - user definable plate formats
  • Easily interfaced with robotic systems through DDE or ActiveX interface
  • Data analysis Software included at no cost, can be used on as many machines as you like, no licensing arrangements, only available for PCs
  • FDA 21 CFR Part 11 Compliance included at no additional charge
  • Maximum footprint 45cm W X 51cm D x 47cm H
  • 50 kg or less in weight
  • Optional demo unit for use with system integration

Quantity: One each

Anticipated period of performance: 6-7 weeks after order is placed

Other important considerations: Cite any other information that is necessary for potential respondents to understand the nature of the potential requirement or proposed acquisition.

In case domestic sources are available and capable of fulfilling the Government’s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR 25.

Capability statement /information sought.

Companies that believe they possess the capabilities to provide the required products or services should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately.  Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents’ technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.

Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number.

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 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.

All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer.  Facsimile responses are NOT accepted.

The response must be submitted to Maggie Brant at e-mail address [email protected].

The response must be received on or before January 8, 2024, 12:00 pm, 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 www.sam.gov. 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 Opportunities

Pennsylvania 13 Jul 2025 at 4 AM (estimated)
Pennsylvania 13 Jul 2025 at 4 AM (estimated)
Bremerton Washington 28 Jul 2025 at 5 PM
Colorado 03 Aug 2025 at 4 AM (estimated)
Colorado 03 Aug 2025 at 4 AM (estimated)