Washington, DC Bids > Bid Detail

Thermal Cycler & Meter & Installation

Agency:
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159012901156743
Posted Date: Feb 26, 2024
Due Date: Mar 7, 2024
Source: https://sam.gov/opp/c3e39f98b1...
Follow
Thermal Cycler & Meter & Installation
Active
Contract Opportunity
Notice ID
1118315-SS
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS NEA AAO ACQ/PER PROP
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Feb 26, 2024 10:56 am PST
  • Original Response Date: Mar 07, 2024 09:00 am PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 22, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    DC
    USA
Description

Sources Sought Notice



Thermal Cycler & Meter & Installation



Sources Sought #1118315-SS



This is a Sources Sought notice Only. This is NOT a solicitation for proposals, proposal abstracts, or quotations. This Sources Sought is issued for information and planning purposes only as part of USDA ARS market research and does not itself constitute an RFQ.





Background



Automated thermal cycler to be integrated with the Beckman Coulter Biomek i7 and pre-existing library preparation program.





Requirements



Automated Thermal Cycler



Quantity: 1 system



Unit Type: Each



Minimum requirements:




  • Temperature range: 4°C to 105°C

  • Temperature accuracy: +/- 0.25°C (35°C to 99.9°C)

  • Max block ramp rate: 3.5°C/sec

  • Max sample ramp rate: 1.8°C/sec

  • Block format: 96-well, 0.2mL block, compatible with full and half-skirted plates

  • PCR volume range: 10-100uL for full-skirted plates, 20-100uL for half-skirted plates

  • Temperature uniformity: £0.50°C (20 sec after reaching 95°C)

  • Temperature calibration: Calibrated to standards traceable to the National Institute of Standards and Technology (NIST)

  • Software features: Application programming interfaces (APIs) available for integration with robotics systems

  • Include a 3 meter cable



Must:




  • Automated thermal cycler must be installed on the Beckman Coulter Biomek i7 deck by a certified technician.

  • A certified technician must update the current KAPA HyperPlus Kit (KK8514, half reactions) method to integrate the automated thermal cycler into the method program.

  • A certified technician must test the integration of the automated thermal cycler and modified KAPA HyperPlus Kit (KK8514, half reactions) method from start to finish to ensure it works properly.



2.0 Place of Delivery



Christopher L. Owen USDA-ARS, c/o Smithsonian Institution, National Museum of Natural History, 10th and Constitution Avenue, NW, Washington, DC 20013-7012



3.0 Quantity



Item



QTY- Unit -1 Each





4.0 Delivery Point of Contact



Christopher L. Owen, christopher.owen@usda.gov, (202) 633-4560



5.0 Additional Requirements



1-year standard warranty



The Contractor Shall:



This Sources Sought is only for the purpose of identifying potential sources as part of USDA ARS market research. The Government does not intend to make an award based on responses to this inquiry. This notice does not constitute a commitment by the Government.



Responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.



The purpose of this notice is to obtain information regarding the availability and capability of qualified sources including any Small Businesses; HUBZone small business; service-disabled, veteran-owned small business; 8(a) small business; veteran-owned small business; woman-owned small business; or small disadvantaged businesses. Please state if you are a large business or a small business according to the NAICS code listed in this Sources Sought.



All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.



Any organization responding to this notice should ensure that its response defines how it can specifically meet the specifications for the items requested. 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 reviewing the responses received, a Combined Synopsis solicitation notice may be published on Sam.gov.



Submit the Following:




  • Capability Statement and/or product descriptions that demonstrate your ability to meet all of the specific requirements, including Company Contact Info.

  • SAM.gov UEI Number.

  • Identify if you are a large business or a small business with NACIS 334516.

  • State place of manufacture for item(s).





Original Point of Contact: All responses to this Sources Sought Notice must be received by March 7, 2024, by 9:00 AM PDT, the specified due date and time to be considered.



Email responses to Elizabeth Wilson at Elizabeth.Wilson2@usda.gov.



Responses will not be returned. Responders are solely responsible for all expenses associated with responding to this Inquiry.



Do not submit pricing information in response to this Request.


Attachments/Links
Contact Information
Contracting Office Address
  • 10300 BALTIMORE AVENUE BLDG 003, RM 223, BARC-WEST
  • BELTSVILLE , MD 20705
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 26, 2024 10:56 am PSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >