Connecticut Bids > Bid Detail

QUANTITIVE POLYMERASE CHAIN REACTION THERMOCYLCER

Agency: COMMERCE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159416368497920
Posted Date: May 3, 2023
Due Date: May 12, 2023
Solicitation No: NF-FM7820-23-01737
Source: https://sam.gov/opp/8224c0a9c1...
Follow
QUANTITIVE POLYMERASE CHAIN REACTION THERMOCYLCER
Active
Contract Opportunity
Notice ID
NF-FM7820-23-01737
Related Notice
Department/Ind. Agency
COMMERCE, DEPARTMENT OF
Sub-tier
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION
Office
DEPT OF COMMERCE NOAA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 03, 2023 02:31 pm EDT
  • Original Response Date: May 12, 2023 11:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Milford , CT 06460
    USA
Description

This is a SOURCES SOUGHT SYNOPSIS and is not a pre-solicitation announcement. The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential business firms that have the technical capabilities and capacity required of the government. Responses to this Sources Sought Synopsis will be used by the Government in making appropriate acquisition decisions.



The National Marine Fisheries Service laboratory at 212 Rogers Ave. Milford CT has a requirement for a real-time quantitative polymerase chain reaction (qPCR) machine/ PCR thermocycler to accommodate the needs of molecular work and assays that will be conducted for an EPA Long Island Sound Study funded project.



INTENDED USE / PURPOSE:



For the project, we will be using a qPCR assay to quantify targeted DNA of various oyster diseases common to Long Island Sound to determine prevalence and infection intensity as a component to assess overall health of oyster beds in Connecticut and New York. The assay used for this work has specific requirements of a thermocycler that we do not have the capabilities of performing with the current available equipment at the Milford laboratory. The machine will also be available for other projects with molecular needs happening at the laboratory.



SPECIAL REQUIREMENTS ESSENTIAL SALIENT FEATURES:




  • Must have real time quantitative PCR (Polymerase Chain Reaction) capabilities

  • The qPCR thermocycler needs an optical system that has a minimum of 4 target multiplex performance (can detect multiple fluorescent dyes in a single reaction well).

  • The optics shuttle elicits the fluorescent dyes with an absorption spectrum in the 450-684 nm range and optimally detects dyes with emission spectra in the 515-730 nm range.

  • Optical filter sets should be designed to maximize fluorescence detection for specific dyes (including FAM, HEX, and Cy5 reporter dyes/probes) in specific, discrete channels.

  • There is a thermal gradient that enables optimization of multiple temperatures in a single assay. Temperature differences up to 24℃ front-to-back can be created.

  • Reaction volumes of 1-50µL can be used.

  • The instrument should be able to run a real-time PCR experiment without being attached to a computer (stand-alone), however, it should be compatible with a PC (Windows 10, 64-bit) to interpret and manage data. Data tracing can be viewed during a run from the thermocycler or on the software/computer.

  • Software compatible with the instrument and with government owned PC (Windows 10, 64-bit system). The software specifications are:

    • Performing multiplex amplification, melt curve, and end-point analysis on a up to 4-5 fluorophores in a single reaction well

    • Capable of multivariate plate setup with technical replicates and biological groups

    • Run result displays are customizable

    • Multiple standard curves can be viewed when a common fluorophore is used for multiple targets

    • PCR quantification by standard curve features automated calculations of reaction efficiency with y-intercept

    • Data graphs and tables can be exported into Microsoft Excel or printed from software directly.

    • Results reports can be customized by the user to explore run information, data tables, graphs, and analysis parameters in a specific order

    • Exported data type and format can be customized



  • The system should continue to run and complete a run if the software is stopped or interrupted to prevent run data from being lost.



DELIVERY LOCATION: NOAA NMFS, 212 Rogers Ave. Milford, CT 06460.



THE NORTH AMERICAN INDUSTRY CLASSIFICATION CODE (NAICS) IS 334516





Interested firms shall provide, in writing, a technical specification sheet for product wishing to be considered, and documentation to support your firm’s capability to deliver requirement identified above and meet the essential salient features and include your firm’s name, address, point of contact, telephone number, email address, SAM UEI Number, Cage Code Number, business type and size, i.e., small, large, non-profit, educational, governmental, and so forth. Any response that does not include this information will not be considered. The Government will review your response to determine if your firm and offered product meets the governments immediate requirements. Please send all documentation to susan.faux@noaa.gov





This request for information does not constitute a commitment, implied or otherwise, that a procurement action will be issued. This request for information does not constitute a commitment, implied or otherwise that any procurement action may be issued for the Government’s requirements.



No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of contractor’s information. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations





All contractors doing business with the Government are required to be registered and active with the System for Award Management (SAM).


Attachments/Links
Contact Information
Contracting Office Address
  • NMFS FIELD DELEGATES 601 EAST 12TH STREET SUITE 1746
  • KANSAS CITY , MO 64106
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • May 03, 2023 02:31 pm EDTSources 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 >