NIA- 22-008341

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Mettler WXTS3DU Microbalance
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Wiwa
Lui
wiwa.lui@nih.gov
NAICS Code Number
334516
Laboratory Equipment and Supplies
Small Business Size Standard
1000 Employees
Estimated Period of Performance
6640
Vendor Name
Laboratory Equipment and Supplies
Vendor Address
1400 Northpoint Pkwy Ste 10,
West Palm Beach, FL 33407-1976
Background/Description of Requirement

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).
 

The National Institute on Aging (NIA) Translational Gerontology Branch (TGB) requires a Mettler WXTS3DU microbalance because the Isotope-Ratio Mass spectrometer (IRMS) relies on the accurate weighs samples. This equipment is critical as it weighs  microgram quantities of samples and chemicals that are needed to use the Isotope Ratio Mass Spectrometry (IRMS) that TGB purchased recently. The platform will be used for the analysis of human plasma for the identification of isotope ratios

 

  1. Purpose and Objectives: The purpose of this acquisition is for a Mettler WXTS3DU Microbalance

 

Purchase Description:  

  • Microbalance
  • Manufacturer: Mettler Toledo
  • Mettler Toledo™ 30376748
  • Catalog #: 01-914-470

Anticipated period of performance: N/A

Other important considerations:

 

  1. Salient characteristics –
  • MFR - Magnetic Force Restoration weighing sensor with high resolution
  • FACT - Fully automatic temperature controlled internal adjustment
  • Overload protection for vertical and horizontal impacts
  • Compact draft shield with sliding doors, Draft ring included
  • Touchscreen terminal with large figures
  • Large 32 mm diameter weighing pan
  • Easy to access weighing pan
  • Removable drip tray for easy cleaning
  • Versatile setting of weighing parameters
  • Two AUX ports for external switches
  • Centrally placed leveling bubble
  • Target weight setting with +/- indication
  •  Integrated RS232 interface
  • Slot for optional RS, Ethernet or Bluetooth
  • Data transfer key to PC host or system
  • Complete metal housing 

 

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.

 

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 Wiwa Lui, Administrative Officer, at wiwa.lui@nih.gov  

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.