Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2015 FBO #5024
SOLICITATION NOTICE

66 -- Flow Cytometer System

Notice Date
8/24/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-2015-798
 
Archive Date
9/19/2015
 
Point of Contact
Hunter A. Tjugum, Phone: 301 435 8780
 
E-Mail Address
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
(i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii)The solicitation number is HHS-NIH-NIDA-SSSA-CSS-2015-798 and the solicitation is issued as a Request for Quotation (RFQ) on a full and open competitive basis with no set-aside restrictions. This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is NOT expected to exceed the simplified acquisition threshold of $150,000.00. A fixed-price type contract is contemplated for any resulting contract entered into as a result of this solicitation. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83-1 dated July 2, 2015. (iv)The North American Industry Classification System (NAICS) code for this procurement is 334516 - Analytical Laboratory Instrument Manufacturing with associated business size standard 500 employees. (v)Benchtop personal Flow Cytometer System for Cell Analysis (vi)Background: The Therapeutics for Rare and Neglected Diseases (TRND) in The National Center for Advancing Translational Sciences (NCATS) at the National Institutes of Health (NIH) has a requirement to obtain a Benchtop Flow Cytometer System for Cell Analysis. The product achieved shall apply the tools of small molecule screening and discovery to the development of chemical probe research tools, for use in the study of protein and cell functions. The subject requirement is relevant to biological processes of physiology and diseases, and shall increase the capability of TRND researchers to unlock the mysteries and challenges of cell biology using laser-based flow cytometry systems. TRND researchers need the ability to quickly and quantitatively analyze and characterize the cells in every stage during the cell differentiation process. This includes the iPS cell stage, neuronal stem cell stage and the mature neuron stage. The subject requirement will enable this ability. In addition, hemoglobinopathies or HbF projects will have increased ability to measure the percent of fetal hemoglobin present in cells. Flow cytometry can be used for measurement by using isotype control antibodies. The purchase of the subject flow cytometer system will enable the TRND biology group to characterize patient-derived induced pluripotent stem cells (iPSCs) and further differentiated mature cells, including neuronal stem cells, cardiomyocyte and hepatocytes. Purpose and Objective: The goal of this requirement is to obtain a benchtop personal flow cytometer system for cell analysis on a Brand Name or Equal basis for the BD Accuri C6 personal flow cytometer system manufactured by Becton, Dickinson and Company (BD Biosciences). Product Description: Products offered must include those salient physical, functional, or other characteristics of the BD Accuri C6 personal flow cytometer system that are deemed essential in meeting the government's needs. Specifically, the following characteristics are deemed essential: 1.Small footprint to match TRND space limitations (11 H x 15 W x 17 D), and light weight (under 40 lbs) to allow easy movement into a tissue culture hood. 2.Minimum of 2 lasers (blue and red) for 4-color fluorescence, in addition to 2 light scatter detectors. 3.Acquisition speed should be a minimum of 10000 events per second 4.Adjustable custom core feature, which allows users to adjust the core from 5-40 microns. 5.Capable of calculating absolute counts or sample concentration per microliter without the use of counting beads. 6.Customizable, allowing the addition of lasers and filters to expand the fluorochrome combinations and provide greater flexibility. 7.Use variety of sample tube types (12x75 mm tubes, microcentrifuge tubes) to accommodate different cell volumes 8.Able to be fitted with an autoloader to automatically run tubes (20) or 96-well plates in a walk away mode 9.Automatic cleaning cycles upon instrument shutdown, as well as the ability for routine maintenance to be performed by the user (not a service engineer) 10.Automation, allowing users to set up the system then walk away from the system. 11.Should have at least a 24-bit digital signal processor 12.Zoom function to allow focusing on populations of interest, eliminating the need to make voltage adjustments to the detectors. 13.Ability to generate no aerosols (no air-over-fluid pressure), promoting greater safety 14.Include such ease of use features as: Fixed alignment; Pre-optimized detector (voltage and gain) settings; No laser delay; Quick exchange of filters (not dichroic mirrors) to detect additional fluorochromes 15.Equipped with Analysis software that can be exported to third party software Products offered must be essentially equal to the specified flow cytometer system described in this solicitation that includes the following unit and accessory identification and product number codes: 653119 Accuri C6 System W/C Sampler 652099 FCAP V3.0 DVD Assy With Dongle 653173 Filter Attenuation FL1 90 PCT 653151 INSTALLATION AND NEW USER TRAINING 653149 KIT MAINTENANCE C6 FLOW CYT 1-YR 653194 MODULE SELECTABLE LASERS GEN-1 (vii)Anticipated Period of Performance or Delivery Date: The subject requirement must be delivered within two months after receipt of any order to a government facility located at 9800 Medical Drive; Rockville, MD 20850. (viii)The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix)The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Technical and past performance when combined is significantly more important when compared to price. The following factors shall be used to evaluate offers: (1) Technical Specifications. (2) Past Performance The offeror must submit with their proposal a list of the last three (3) contracts completed during the past two (2) years and / or contracts awarded currently in process that are similar in nature to the work scope. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial concerns. Newly formed entities without prior contracts should list contracts and subcontracts as required above for all key personnel. For each contract, subcontract, or reference include: (i) Name of Contracting Organization; (ii) Contract Number (for subcontracts, provide the prime contract number and the subcontract number); (iii) Contract Type; (iv) Total Contract Value; (v) Description of Requirement; (vi) Contracting Officer's Name and Telephone Number; (vii) Program Manager's Name and Telephone Number; and (viii) North American Industry Classification System(NAICS) Code. The offeror may provide information on problems encountered on the identified contracts and the corrective actions, if any. Offerors will be evaluated on its performance under existing and prior contracts for similar products or services. The Government is not required to contact all references provided by the offeror. Also, references other than those identified by the offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the offeror's past performance.; and (3) Price. Contractor must offer product with installation provided and new user training and at least 1 year maintenance. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors may respond with a quotation indicating their ability to provide the technical specifications stated in this solicitation. Pricing proposals shall indicate the unit price of the supplies specified in this solicitation, including shipping cost and estimated time of delivery after receipt of order, and warranty and training considerations. Responses will be evaluated based on contractor's ability to meet the government's essential requirements stated in this notice and on ability to deliver required supplies. (x)The provision at FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. (xi)The provision at FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. An addendum to FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, Offeror Representations and Certifications Commercial Items, applies to this acquisition. The addendum includes the following FAR Clauses, provisions, terms and conditions: (a) 52.217-6 Option for Increased Quantity (Mar 1989). (xii)The provision of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition and the clause at 52.222‐51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment‐‐Requirements (Nov 2007) (41 U.S.C. 351, et seq.) applies to this acquisition. (xiii)There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiv)The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv)Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria and a price proposal. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer, or provide a copy of the valid certifications registrations and Representation and Certifications from the System of Award Management (SAM) applications at www.SAM.gov, which may be indicated on the Offeror's cover sheet. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." (xvi)All responses must be received no later than September 4, 2015, at 4:30 PM, Eastern Time, as specified in this announcement. Late responses will not be accepted. All responses must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-2015-793. Responses must be submitted electronically to hunter.tjugum@nih.gov and NIDASSSAPurchaseRequ@mail.nih.gov. Facsimile responses will not be accepted. For information regarding this solicitation, contact Hunter Tjugum by email at hunter.tjugum@nih.gov or by phone at 301-435-8780.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-2015-798/listing.html)
 
Record
SN03851785-W 20150826/150824234916-13a5f3cd6054b914fc2485cda7c91c61 (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.