Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2002 FBO #0189
SOLICITATION NOTICE

66 -- FLOW CYTOMETER CELL ANALYZER

Notice Date
6/7/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, MD, 20814-4799
 
ZIP Code
20814-4799
 
Solicitation Number
MDA905-02-Q-0015
 
Response Due
7/12/2002
 
Archive Date
7/27/2002
 
Point of Contact
Christina Johnson, Contract Specialist, Phone (301) 295-3069, Fax (301) 295-1716, - David Denton, Contract Officer, Phone 301-295-3068, Fax 301-295-1716,
 
E-Mail Address
cjohnson@usuhs.mil, ddenton@usuhs.mil
 
Description
The Uniformed Services University of the Health Sciences (USUHS), Bethesda, MD requires a BD LSR 3 Laser System and G4, Facstation for BD LSR and all associated components from the manufacturer Becton Dickson Biosciences to be furnished and installed at USUHS. This item will be procured on a brand name or equal basis. The BD LSR three-laser flow cytometer is a 488/UV/HeNe laser-based benchtop flow cytometer with up to 6 fluorescence parameters and 2 scatter parameters. It features an argon-ion laser at 488 nm, a 325 nm HeCd laser and a 633 nm HeNe laser. All lasers are air-cooled with fixed laser alignment. The available parameters are as follows: FSC, SSC, FL1 from 488 laser, FL2 from 488 laser, FL3 from 488 laser, FL6 from 488 or 633 laser, FL4 from UV laser, and FL5 from UV laser. G4, Facstation for BD laser is a power PC Macintosh g4 450MHz. All CPU options include the following: 128 MB RAM, TI RAGE 128 Graphics card W/16MB memory; 20GB internal hard drive, 100MB internal zip drive; external high capacity floppy disk drive; internal DVD-ROM drive & 56-Kbps modem; built-in 10-base T/100-baset Ethernet connector & MC-OS 9.0; includes 18" flat panel display and color printer. Consisting of: BDPAC kit grounded: BDPC CCB Board, BDMAC/BDPC cable; Facstation user's guide & S/W bundle #3 includes CellQuest, FACSConvert, MODFIT, DNA and FLOWJO Software; G4, Facstation Basic System; Tektronix Phaser 850N Color printer; NEC Multisync LCD1810 Color display. The BD LSR is a three-laser benchtop research flow cytometer cell analyzer capable of detecting six fluorochromes. The FACstation is a powerful data management system. Used together both will provide the latest technological advances available in a benchtop flow cytometer. This instrument will enable investigators to perform multicolor immunophenotypic analysis, DNA content, cell cycle analysis and analysis of reporter gene expression. The system has the flexibility to detect 8-parmeters to include forward scatter, side scatter and six fluorescence signals. This can be achieved with 488/UV laser-based flow cytometer with an additional third HeNe laser. All three lasers must be spatially separated. The forward scatter detector must be capable of detecting bacteria cells without laser noise interference. The required system shall be a bench top flow cytometer with all optics, electronics, and fluidics to be housed in the main sensor head. All lasers must be air-cooled and should consist of an 8 mw, 325 nm He-CD laser, a 15 mw, 488 nm argon-ion laser, and an optional 633 nm HeNe laser. The system must be alignment-free. The computer system which consists of a Macintosh Power PC Model #G4, 18" Flat Screen High Resolution Color Monitor, 20 GB Internal Hard Drive, 128 MB RAM, external modem, keyboard, mouse and printer should be detachable to allow for flexible use of bench space. The system must have continuous flow fluidics with three pre-programmed sample flow rates: 12, 35, and 60ul/min; fine adjustment sample flow-rate control to allow for a flow rate range from 6 to 200 ul/min. The system shall have the capability to support remote diagnostics and instrument control by the use of remote accessing software and external modem. The flow cytometer shall be six-color benchtop with fixed alignment and UV-laser capability. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 the Federal Acquisition Regulation (FAR) Part 12, Commercial Acquisitions and FAR part 13.5 supplemented with additional information included in this notice. This announcement constitutes the solicitation; proposals are being requested and a written solicitation will not be issued. The provisions and clauses in the RFP are those in effect through FAC 2001-07. Questions may be submitted via mail to the address above or fax (301) 295-1716. All written questions received will be answered in writing and transmitted to all offers via an amendment to the solicitation. This notice is being used as request for proposal for: (1) BD LSR 3 LASER SYSTEM, FLOW CYTOMETER CELL ANALYZER (cat. # 341894); (2) G4, FACSTATION FOR BD LSR (cat. # 341849) with the following components: (2a) BDPAC. KIT GROUNDED (cat. # 343112), (2b) FACSTATION USER'S GUIDE & S/W BUNDLE #3 (cat. # 344049), (2c) G4, FACSTTION BASIC SYSTEM (cat.# 341709); (2d) TEKTRONIX PHASER 850N COLOR PRINTER (cat.# 342154); (2e) NEC MULTISYNC LCD1810 COLOR DISPLAY (cat. # 342151); (3) LSR TABLE, ROLLING (cat.# 349999). DELIVERABLES: The system shall be delivered and installed at USUHS, Bethesda, MD 20814-4799, and FOB: Destination within 90 days. Delivery shall be made within the hours of 8:00 a.m. to 4:00 p.m., Monday through Friday, excl. Federal holidays, and shall be scheduled with the COR named at the time of award. PACKING and SHIPPING: All items packed and shipped shall have the mailing label addressed as follows: USUHS (complete address) and the contract number (named at the time of award). INSTALLATION: The contractor shall be responsible for the movement of all equipment to installation site. The Contractor shall install the microscope, complete with the components. The Contractor shall also perform verification testing and provide technical support. Installation shall be completed within 30 days after delivery to USUHS and is to be coordinated with the COR (to be named at time of award). SET-UP and TRAINING: The Contractor shall be responsible for performing all start-up operations to ensure the system is fully functional for its intended purpose. The contractor will provide at least three full days of operator training in the laboratory at USUHS within 15 days after completion of installation. DOCUMENTATION: Upon completion the contractor shall provide two (2) sets each of all equipment/software manuals for the Attofluor Ratiovision System. Final payment shall not be made until such documentation is received and accepted by the Contracting Officer. WARRANTEE: A standard commercial warranty shall be provided for the software and equipment. The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. The provision of FAR 52-212-1, Instruction to Offerors - Commercial Items and 52.211-6, Brand Name or Equal, applies to this acquisition. All offerors are required to submit a completed copy of Addenda to FAR Clause 52.212-1 1) Item (b) Submission of Offers is amended to include the following: Submit your proposal, acknowledgment of amendments (if any), software licensing agreements (if any), descriptive literature for the proposed equipment and software, and the FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items, prior to an award. Telegraphic or facsimile offers are not acceptable. Period for acceptance of offers is amended to include the following: The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. The provision at 52-212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. The provision of FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following evaluation criteria are included in paragraph (a) of that provision. Addendum to FAR clause 52.212-2. Evaluation Factors for award: Any resulting order will be issued to the company offering the best value to the Government, price and other factors considered. Factors that will be considered are Technical capability and price. Technical capabilities are significantly more important than price. Failure to provide the information relative to each evaluation factor may render offer non-responsive. 1) TECHNICAL CAPABILITY: Technical capability will be based on product literature, technical features and/or warranty provisions. Each offeror is required to submit licensing (if applicable), descriptive literature, or other documentation, manufacturer or brand name and model of the item, and show how the offered product meets or exceeds the requirements as specified in the Specifications. 2) PRICE: Price includes all equipment, software, software licensing, training, warranty costs, discount terms, and transportation costs. Evaluation is based on best value including cost and ability to meet stated requirements above. Offerors shall submit descriptive literature and drawings detailing features, technical capabilities and warranty data. Technical acceptability will be determined solely on the content and merit of the information submitted response to this provision as it compares to the minimum characteristics provided above. Therefore, it is essential that offerors provide sufficient technical literature, documentation, etc., in order for the Government evaluation team to make an adequate technical assessment of the quote as meeting technical acceptability. The full text of these clauses may be accessed electronically at this address: http://www.arnet.gov/far/. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items. The following FAR clauses cited in 52.212-5 are applicable to this acquisition for supplies: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 1984); 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era Veterans (APR 1998); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (JAN 1999); 52.225-3, Buy American Act Supplies (JAN 1994); 52.225-13 Restrictions on certain Foreign Purchases (FEB 2000); 52.225-21, Buy American Act North American Free Trade Agreement Implementation Act Balance of Payments Program (JAN 1997); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (May 1999); 52.239-1, Privacy or Security Safeguards (AUG 1996). ALL INTERESTED PARTIES SHALL SUBMIT OFFERS WITH THE FOLLOWING INFORMATION: Federal Tax Identification (TIN); Dun & Bradstreet Number (DUNS); remit to address if different; and business size. As of 31 May 1999 all Contractors must be registered in the Central Contractor Registration (CCR) Database as a condition for contract award. Contractors may register in the CCR through the World Wide Web at http://www/acq/osd.mil/ec, http://www.ccr.gov or call the DOD Electronic Information Center at 1-800-334-3414.
 
Place of Performance
Address: UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES, 4301 JONES BRIDGE ROAD, BETHESDA, MD
Zip Code: 20814
Country: UNITED STATES
 
Record
SN00090202-W 20020609/020607213302 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.