Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2009 FBO #2616
SOLICITATION NOTICE

66 -- Dako Autostainer Plus Link System

Notice Date
1/22/2009
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Blvd., EPS Suite 600, Rockville, Maryland, 20852
 
ZIP Code
20852
 
Solicitation Number
NCI-90041-KM
 
Archive Date
2/20/2009
 
Point of Contact
Karri L. Mares,, Phone: 3014357774
 
E-Mail Address
maresk@mail.nih.gov
 
Small Business Set-Aside
N/A
 
Description
The National Cancer Institute (NCI), Laboratory of Pathology (LP), plans to procure on a sole source basis the brand name Dako Autostainer Plus Link System from Dako North America; 6392 Via Real; Carpinteria, CA 93013-2921, USA. This acquisition will be conducted under the procedures for acquiring commercial items authorized in FAR Part 12 and under the authority FAR 13.501 to use simplified acquisition procedures for commercial items. The North American Industry Classification System code for this acquisition is 334516 and the business size standard is 500 employees. The Laboratory of Pathology, NCI produces and analyzes tissue microarrays (TMAs). An element of this work is the performance of immunohistochemical (IHC) assays on TMAs. The application of automation improves throughput as well as reproducibility of the IHC assay. Acquisition of an open system automated IHC instrument with customer controlled and defined bar-codes and high capacity will enable both throughput and tracking. The salient characteristics for the required system are as follows: 1. Immunohistochemical Stainer Robot that is an Open System - including the features: a. User programmable b. Does not require utilization of specified reagents c. Does not require the use of liquid cover-slip technology (an issue with TMA staining) 2. Barcode reading enabled with the following features: a. 2-D bar codes b. Reads bar codes provided by user (compared to defined by manufacturer) c. Included bar code reading and tracking of both slides and reagents d. 48 slide capacity PART II. Facts and Reasons To Justify Other than Full And Open Competition 1.Statute: 13.106-1 (b)(2) (b) Solicitation from a single source. (2)For Sole source acquisition of commercial items in excess of the simplified acquisition threshold conducted pursuant to subpart 13.5, the requirements at 13.501(a) apply. 2.Sole Source Justification Dako North America is the only company known to the NCI that offers an instrument that meets the above specifications. Unique elements are the bar-code technologies allowing integration of user-defined barcoding on specimens and the open platform for the use of any reagents. The system is such that other assays, including in situ hybridizations and assays on protein and antibody arrays can be programmed on the instrument. This system also has continuity and shared platform of consumables with existing instrument in the NCI laboratory at current time. For consistency of the ongoing research studies, it is critical that the laboratory maintain its current methodologies and reagents. The instrument must be "open", allowing the NCI to use any specified reagents in the current assays. Any instrument that requires specific reagents for operation does not provide the capacity to move current assays on to a new system. Any change in reagents or methods could significantly interfere with ongoing projects, and potentially require the restaining and analysis of thousands of slides at a significant expense to the government. This is not a solicitation for competitive quotations. However, if any interested party believes it can perform the requirement as detailed they may submit a statement of capabilities. All information furnished shall be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the above unique specifications described herein. An original and one copy of the capability statement must be received in the contracting office on or before 11:00 am ET, on February 5, 2009. All questions must be in writing and must be emailed to Karri Mares at maresk@mail.nih.gov faxed to (301) 402-4513. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award from the NCI contractors must be registered in the Online Representations and Certifications Applications (ORCA). Please refer to http://orca.bpn.gov In addition; contractors must be registered in the Central Contractor Registration (CCR) www.ccr.gov. No collect calls will be accepted. Please reference NCI-90041-KM on all correspondence.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=707806727da02cb27eee64519e18d9a5&tab=core&_cview=1)
 
Record
SN01736446-W 20090124/090122220047-707806727da02cb27eee64519e18d9a5 (fbodaily.com)
 
Source
FedBizOpps 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.