Inactive
Notice ID:140G0123Q0099
This is a Sources Sought Notice only. This is not a request for proposal, but a survey to locate potential sources. This Sources Sought does not constitute an Invitation for Bids, Request for Proposal...
This is a Sources Sought Notice only. This is not a request for proposal, but a survey to locate potential sources. This Sources Sought does not constitute an Invitation for Bids, Request for Proposals or a Request for Quotations, and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited, nor is it a guarantee of a forthcoming solicitation or contract. It is for market research purposes only. Respondents will not be notified of the results of the evaluation. The purpose of this Sources Sought Notice is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), and Economically Disadvantaged Women-Owned Small Business (EDWOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, WOSB, & EDWOSB businesses are highly encouraged to participate. NAICS Code: 334516 Analytical Laboratory Instrument Manufacturing NAICS Size Standard: 1,000 Subject: Sources Sought for Real-Time PCR Thermocycler Sources Sought Closing Response Date: March 6, 2023 at 5 PM CT Contact Point: Kimberly Schneider, krschneider@usgs.gov Objective: To find sources that are qualified to meet the supplies/services as listed below. Note that the specific requirements are subject to change prior to the release of any solicitation. The USGS National Wildlife Health Center (NWHC) in Madison, WI has a requirement for a QuantStudio 5 Real-Time PCR System with 96-well thermal block. Real-time PCR is the basis for rapidly detecting avian influenza viruses and other disease agents from samples collected from wildlife. Real-time PCR thermocyclers are available from a number of vendors, and they vary in terms of capacity, ramp rates, temperature uniformity, number of temperature zones, excitation/detection ranges, etc. Only a limited number of platforms have been approved or have the potential to be approved as having salient features for use by qualified personnel in accordance with the NAHLN¿s avian influenza testing protocol. Additionally, only a limited number of platforms are compatible with cycling conditions required by other non-NAHLN real-time PCR protocols routinely conducted at NWHC. Adherence to the specifications listed below is required for NWHC to maintain compliance with NAHLN and compatibility with other Standard Operating Procedures. 1. 96-well 0.2 ml reaction format 2. Maximum ramp rate of 6.5 degrees C per second 3. Average sample ramp rate of 3.66 degrees C per second 4. Temperature uniformity of 0.4 degrees C 5. Six independent temperature zones per 96-well block to facilitate efficient assay development 6. Ten gigabytes of onboard memory (or ability to store 2000-5000 run files). 7. Six decoupled filters for up to 21 filter-combinations 8. Excitation/detection ranges of 450-680 nm/500-730 nm, respectively 9. Whole-plate imaging data acquisition. 10. Existing or future compatibility with NAHLN Standard Operating Procedure SOP-DS-0086 and SOP-AV-0068 11. Touch screen interface that provides multiple viewing, downloading, and uploading capabilities in addition to being able to customize the instrument for service/calibration notification. 12. AB Assurance Plan to include planned maintenance, support, monitoring and diagnostics. Brand name or equal purchase descriptions must include, in addition to the brand name, a general description of those salient physical, functional, or performance characteristics of the brand name item that an "equal" item must meet to be acceptable for award. Use brand name or equal descriptions when the salient characteristics are firm requirements. Interested firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including UEI (Unique Entity Identifier); (2) a CAPABILITY STATEMENT including (a) RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; and (3) their SIZE STATUS. Your company must have a UEI number and be registered on-line at the System for Award Management (SAM). You will also be required to provide your small business status information either via the On-line Representations and Certifications also located at the SAM.gov website before an award to your company can be made. Your on-line registration will cover any/all of your offers to the Federal Government, and only needs updated annually. All responses must be submitted NLT March 6, 2023 at 5 PM CT via e-mail to: krschneider@usgs.gov. At this time, the Government is not accepting questions pertaining to the sources sought notice. Responses to this source sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the SAM.Gov. It is the responsibility of potential responders to monitor the site for additional information pertaining to this announcement.