75N95024Q00088

Submitted by pluggern on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
SCARA (Selective Compliance Assembly/Articulated Robot Arm)
Contracting Office
National Institute on Drug Abuse (NIDA)

Contact Points

Primary Contract Specialist

GIULIANA
FALLER
giuliana.faller@nih.gov
NAICS Code Number
334516
SOURCES SOUGHT NOTICE

1. Sources Sought Number: 75N95024Q00088

2. Title: SCARA (Selective Compliance Assembly/Articulated Robot Arm)

3. Classification Code: 6640 – Laboratory Equipment and Supplies

4. NAICS Code: 334516 Analytical Laboratory Manufacturing Instrument. Size Standard: 1,000 employees

5. Description:

This is a Sources Sought notice in which any entity, large or small business, may respond. 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, and 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: (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

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. The mission of the NIH also includes enhancing health, lengthening life, reducing illness and disability, conducting, supporting, and making medical discoveries that improves and saves people’s health and lives.

The National Center for Advancing Translational Sciences (NCATS) is a part of the NIH, with a mission to catalyze the generation of innovative methods and technologies that will enhance the development, testing, and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions.

The Research Services Core has identified a need for a fast, precise, and reliable Selective Compliance Assembly Robot Arm (SCARA) for lab automation.

A high precision SCARA robot can perform tasks with exrtremely accurate positioning, reducing errors and improving reliability of experiments. It can also increase the throughput of a process. This is particulary valuable when dealing with repetetive tasks. The Mecademic SCARA can also be integrated with existing laboratory equipment and workflows due to its easy programmability.
Some of the applications for the Mecademic SCARA include Picking and placing of vials/racks, Solid and liquid dispensing, Sample preparation, High-Throughput screening, and Instrument integration.

Purpose and Objectives: The National Center for Advancing Translational Sciences (NCATS) Research Services Core (RSC) requires a highly precise, easy to integrate, and compact Selective Compliance Assembly Robotic Arm (SCARA).

Project Requirements: See the attached Purchase Description for the complete list of brand-name items, descriptions, and salient characteristics.

Purchase Description:

1 Each P/N 9001-002 Mecademic MCS500-R1 System
1 Each P/N 9406-004 Vacuum and I/O module attachment for MCS500

Salient Characteristics:

Vendor must supply equipment that meets the following needs:
• Dual mount options: Table, ceiling, for flexible integration with any existing system
• Precision machined aluminium body construction, ensuring the strength of the system and chemical inertness to the working environment,
• Native/In-built support for fieldbus protocols for communication
• Compatibility with various programming languages such as Python, LabView, etc. making it easier to integrate in existing systems at NCATS
• Absolute Encoders for precise motion control, with No Encoder Backup Battery required
• Zero Backlash Drives
• Configurable IOs and Vacuum ejector via extension module
• Maximum reachability within the workspace envelope
• Embedded Controller
• 27% smaller than the closest comparable option with similar reach
• 46% lighter than the closest comparable option with similar reach
• Highest range of motion of any comparable SCARA robot
• 5 micrometer position repeatability for precise actuation

Contract Type and Anticipated Period of Performance / Delivery Date: The Government anticipates awarding a firm fixed-price purchase order under a future solicitation. The anticipated delivery date is 6 weeks after receipt of order.
Other important considerations: 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. Large and Small business concerns 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. Large and Small businesses must also provide their Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information.

Interested small businesses 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.

The respondent must also provide their Unique Entity ID from SAM.gov, organization name, address, point of contact, and size and type of business (e.g., Large Business, Small Business, 8(a), HubZone, etc., pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements.

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.

The response must include the respondents’ technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.

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

Responses must be received by 9:00 a.m., Eastern Time, on Wednesday, January 3, 2024, and reference Sources Sought Number 75N95024Q00088. Responses must be submitted by email to Chandani Hangilipola, Contract Specialist, giuliana.faller@nih.gov.

“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 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).”

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.