Contact Points
This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement.
This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement, to determine the method of acquisition, and availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality. 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. Small businesses are encouraged to respond.
For equipment/supply requirements, responses must include: (1) the place of manufacturing (i.e., address if supply/equipment is a domestic end product and include country of manufacture), as well as (2) the size status of the manufacturer under the applicable NAICS code (i.e., address Non-Manufacturer Rule).
Background: The central hypothesis of our ongoing project (GESTALT) is that immune dysfunction contributes directly to chronic inflammation and inflammation-associated diseases in the elderly. To understand the basis for immune impairment that accompanies aging, we proposed to identify age-associated alterations in human innate and adaptive immune cell populations. Cytapheresis packs are collected from volunteers of varying age-groups and the different immune naïve or total cells (B, CD4+T and CD8+T) are fractionated by the EasySep Human isolation kits using the RoboSep cell isolation instruments. The ongoing project is to examine age-associated changes in transcriptomes, proteomes and epigenomes of these immune cell subsets that obtained from these GESTALT participants.
Purpose and Objectives: The purpose of this request is to purchase the EasySep Human Total and Naive B, CD4+ T and CD8+ T isolation kits, and total monocyte kits. These kits are used to fractionate the different mentioned specific cells from the GESTAL PBMC samples.
Purchase Description:
Part #17254 - EasySep Human Naïve B cell isolation kit
Part #17555 - EasySep Human Naïve CD4+ T isolation Kit II
Part #17968 - EasySep Human Naïve CD8+ T isolation kit II
Part #19359 - EasySep Human Monocyte Enrichment kit
Part #17952 - EasySep Negative Human CD4 kit
Part #17953 - EasySep Negative Human CD8
Part #17954 - EasySep Negative Human B cell
Part #10981 - ImmunoCult-XF Tcell Medium
Part #10991 - ImmunoCult Hu CD3/CD28
Part #20104 - RoboSep Buffer
Part #17752 – EasySep Release Human CD4 Positive Sel Kit
Salient Characteristics and Quantities:
- Fast and Easy: isolated cells are immediately ready for use.
- Efficient: perform sequential or simultaneous cell isolations.
- Safe: with column-free design and minimal sample handling required, the risk of exposure to dangerous pathogens is minimized.
- Free from cross-contamination: disposable tips and a column free system eliminate the risk of sample cross-contamination.
17968 EasySep Hu Naïve CD8+ T Cell Iso Kit II 5
17952 EasySep Human CD4 T Cell Iso Kit 4
17555 EasySep Hu Naïve CD4TCell Iso Kit II 5
17953 EasySep Human CD8 T Cell Iso Kit 4
17954 EasySep Human B Cell Iso Kit 4
17254 EasySep Human Naive B Cell Iso Kit 5
17752 EasySep Release Hu CD4 Pos Slctn Kit 2
10991 ImmunoCult Hu CD3/CD28 TCell Act, 10 mL 2
10981 ImmunoCult-XF T Cell Exp Medium, 500 mL 2
20104 RoboSep Buffer, 250mL 10
19359 EasySep Human Mono Iso Kit 5
Delivery Date: 30 Days ARO
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 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 Randall Carter, Administrative Officer, at Randall.carter@nih.gov
The response must be received on or before 8/17/2022 at 8:00 AM, 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 solicitation may be published on the NIH NIDA electronic bid board at All Bid Board Announcements | National Institute on Drug Abuse (NIDA) (nih.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).”
Interested parties may identify in writing their interest and capability in response to this requirement. 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.
All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.
All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.