Federal Bid

Last Updated on 04 Oct 2014 at 9 AM
Solicitation
Location Unknown

Sirius MultiTasker System

Solicitation ID HHS-NIH-NIDA(SSSA)-NOI-14-524
Posted Date 12 Sep 2014 at 2 PM
Archive Date 04 Oct 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute On Drug Abuse, Station Support/Simplified Acquisitions
Agency Department Of Health And Human Services
Location United states
INTRODUCTION
This is a pre-solicitation non-competitive (notice of intent) synopsis to award a contract without providing for full or open competition (including brand-name). THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR PROPOSAL. A SOLICITATION WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED.
The National Institute on Drug Abuse (NIDA), Consolidated Station Support and Simplified Acquisitions (CSS/SA) Branch intends to negotiate and award a purchase order to purchase a Sirius multitasker system from The McConnell Group, Inc (including brand-name).

NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The intended procurement is classified under NAICS code 334516 with a Size Standard of 500 employees.

REGULATORY AUTHORITY
The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-76 dated July 25, 2014.

This acquisition is for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5-Test Program for Certain Commercial Items, section 4202 of the Clinger-Cohen Act of 1966) and the statutory authority of (1) FAR 6.302-1-Only one responsible source and no other supplies or services will satisfy agency requirements 41 U.S.C. 253(c)(1).


DESCRIPTION OF REQUIREMENT

Purpose and Objectives
The National Center for Advancing Translational Sciences (NCATS), is in need of a Sirius multi tasker system. Mission one for the chemistry team is the optimization chemistry on "clinical candidates" as mentioned above obtained extramurally or through continuation of roadmap projects. In order to successfully accomplish this mission, the chemistry team must be capable of the fast and efficient synthesis and purification of small molecules. Synthetic organic chemistry can be broken down into three main processes. First - the combination of chemical reagents in a fashion that predictive reactions occur and novel chemical matter is created. These reactions are done in step-wise fashion ultimately producing compounds of biochemical interest and use. The second aspect of synthetic chemistry is the purification of the products you want. This is an essential component, as unwanted byproducts poison reactions and complicate biological appreciation. The third aspect is the characterization of these constructs to assure that a scientist has made what he/she predicted would be made. Each of these steps requires its own unique infrastructure, equipment and skills. If any aspect of this progression is defunct, the entirety of the process is compromised. Thus, numerous state of the art instrumentation are a necessity for the NCATS chemistry team to accomplish its mission.

 

Period of Performance
Delivery is required 120 days from notice of award. A firm fixed price purchase order is contemplated.

Project Description
NCARTS requires the contractor to independently perform the following tasks.
• The System must include all of the follow:
Primary Functions of the Automated WorkStation -
• User Programmable ‘Pick & Place' Automation of 16x100 tubes, 1dram (4mL) vials, consolidation vials, 20mL LS vials, minitubes and aliquotting of reconstituted samples into microtiter plates.
• Positive BarCode Identification of 1dram (4mL) vials.
• 2D Barcode ID of minitubes.(based on adapted FluidX® Scanner)
• GP LabContainer Weighing. (EZ-Swap® Fingers/Racks/Balance Nest)
• GP Liquid Handling with ‘SlurrySafe®' Fluidics and optional Gravimetric Confirmation.
• Barcode Scanner for Rack ID.
• SiriusSlate®PDA version 3.0 or higher - ‘MySQL' Relational DB Capable
Primary Components of the Automated WorkStation -

• XYZ Robotic Chassis fitted with 10mL ‘LiquiBox® 6 way Valve and Syringe Drive' plus digital I/O and serial interfaces, plus Transport Arm, with retractable liquid handling SlurrySafe ® Cannula. Also Gripper Mechanism with Interchangeable Fingers and Gripper Finger Sets for 5 labware types. Upgraded high volume (nominally 9.5mL) Transfer Loop Line & Spare Kit.
• 4-place Mettler-Toledo® WXS Analytical Balance with motorized draft shield and Balance Nest for 1dram (4mL) vial, 16x100 tube, minitube, 20mL LS vial and 8mL (consolidation) vials.a
• Vortex with nest(s) for 16x100 tubes, 8mL (consolidation) vials and 1dram (4mL) vials.
• Three (3) Locator Plates for sets of four (4) Microtiterplate footprint racks.
• 1D BarCode Reader with nest for 1dram (4mL) vials (contiguous ladder), plus nest for 20mL LS vials.
• One copy of SiriusSlate PDA (Extended) Custom Edition to provide user control of multimethod functions involving weighing, mixing, liquid handling, bar code ID, etc..
• RoboShield® Custom Enclosure, Lexan Panels & Aluminum Frame.
• Onstation Reagent Reservoir, & Parts Case, Vacuum Flask/Waste System & Tubing.
• Installation, Integration & Training. See below for details.
• PC Controller (Win7) with 21" CD Color Display, Networkable.
• 2D BarCode Reader - single tube type (FluidX type or functional equivalent)
• Handheld BarCode Reader for ‘wanding' Rack ID's into SSPDA Software.
• Software will be "My SQL®" db friendly.
• NIH/NCATS ‘SMART' Software Systems Compliant

CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION
The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, The McConnelll Group, Inc is capable of meeting the needs of this requirement considering there are only two authorized resellers of Sirius equipment. The McConnelll Group is the only reseller that carries the requested system.

The intended source is:

The McConnelll Group, Inc
1901 Research Blvd STE 502
Rockville, MD 20850

CLOSING STATEMENT
THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice. 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 Dun & Bradstreet Number (DUNS), 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."

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 purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.

All responses must be received by the closing date and time of this announcement and must reference the solicitation number. Responses may be submitted electronically to Farrin Stanton, Contract Specialist, at [email protected]. US Mail and Fax responses will not be accepted.

Bid Protests Not Available

Similar Past Bids

Location Unknown 31 Jul 2014 at 12 PM
Location Unknown 09 Oct 2009 at 3 PM
Austin Texas 14 Aug 2023 at 6 PM
Miami Florida 19 Aug 2015 at 4 PM