Washington Bids > Bid Detail

for 8-channel system for quantitation and kinetic characterization - Pullman, WA

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159453999284925
Posted Date: Feb 28, 2023
Due Date: Mar 6, 2023
Solicitation No: 12905B23SS0021
Source: https://sam.gov/opp/6fb7255678...
Follow
for 8-channel system for quantitation and kinetic characterization - Pullman, WA
Active
Contract Opportunity
Notice ID
12905B23SS0021
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS PWA AAO ACQ/PER PROP
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-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Feb 28, 2023 11:01 am PST
  • Original Response Date: Mar 06, 2023 12:00 pm PST
  • 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:
    Pullman , WA 99164
    USA
Description

CONTRACT OPPORTUNITIES







Type of Notice: Sources Sought





Title: 12905B23SS0021 – Sources Sought for 8-channel system for quantitation and kinetic characterization





Description:





This is a Sources Sought notice Only. This is NOT a solicitation for proposals, proposal abstracts, or quotations. This Sources Sought is issued for information and planning purposes only as part of USDA ARS market research and does not itself constitute an RFQ. This requirement is covered under NAICS code 334516. The purpose of this notice is to obtain information regarding the availability and capability of qualified sources; Small Businesses; HUBZone small business; service-disabled, veteran-owned small business; 8(a) small business; veteran-owned small business; woman-owned small business; or small disadvantaged businesses; Responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.





Types of analysis and applications



Binding: Yes/No, kinetics affinity, steady-state affinity, affinity maturation, competition/cross-reactivity



Antibody: isotyping, epitope binning



Target concentration in complex biologic samples: relative and absolute



Affinity constant



(KD)



100 pM – 1 mM



Kinetic rate ranges (minimums)



Association: 101 to 106 M-1sec-1 Dissociation: 10-6 to 10-1sec-1



Molecular weight minimum detection limit



~300 Daltons



Quantitation minimum



Sensor options should include sub-microgram per ml detection



Real-time minimum data acquisition rate



5 Hz



Baseline noise maximum





Baseline drift maximum





Sample type compatibility*



Proteins, peptides, antibodies, DNA, RNA, small molecule, liposomes, virus, and compatible with relatively crude sample homogenates.



Probe-based



Minimum two probes



Some probe options include regenerative technology



Throughput



8 probes in parallel, 96-well plate format minimum



Orbital shaking



Variable with a maximum of 1,500 RPM



Sample capacity



Minimum of two loaded 96 well plates



Sample volume



Minimum 200 uL (96-well plate format)



Integrated data acquisition and analysis (includes monitor)



Assay setup and Analysis templates Real-time display of results



Algorithms for multiple binding models



One-run measurement of quantitation, kinetics, and regeneration



Probe binding methods




  1. Binding to biotinylated or Avi-tagged biomolecules

  2. Covalent binding through amine group of proteins

  3. Binding to His-tagged proteins (antibody-based method, Ni-based method)

  4. Binding to antibodies (Fc method, FAB method)





The Government does not intend to make an award based on responses to this inquiry. This notice does not constitute a commitment by the Government.





Capability Statement





All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Business concerns that possess the capabilities necessary to undertake this work should submit complete documentation of their capabilities to the Contracting Officer. Capability statements shall include the Contractors contact point to discuss their response.





The capability statement should include:





1) Acknowledgement that they are able to provide the subject supplies/services being requested;





2) Interested vendors should identify their size standards in accordance with the Small Business Administration;





3) At least three previous requirements that are similar to the requirement include a discussion of the Contract type, delivery method, duration, etc.;





4) Any other information considered relevant to this requirement; and





5) The government requests that no proprietary, classified, confidential, or sensitive information should be included in the response.





Any vendor responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine their 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 review of the responses received, a combined synopsis/solicitation may be published on sam.gov depending on the responses received.





All responses to this Sources Sought Notice must be received by the notice’s POC by the deadline in order to be considered. Responses may not be returned. Responders are solely responsible for all expenses associated with responding to this Inquiry. Do not submit pricing information in response to this Request.


Attachments/Links
Contact Information
Contracting Office Address
  • 800 BUCHANAN STREET
  • ALBANY , CA 94710
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 28, 2023 11:01 am PSTSources 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 >