Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2016 FBO #5299
SOURCES SOUGHT

65 -- Brand name or equal Beckman-Coulter CytoFLEX S flow cytometer

Notice Date
5/25/2016
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
SBSS-N02RC62585-24
 
Archive Date
6/15/2016
 
Point of Contact
Kimesha Leake, Phone: 2402765669, Jolomi Omatete, Phone: 2402766561
 
E-Mail Address
kimesha.leake@nih.gov, jolomi.omatete@nih.gov
(kimesha.leake@nih.gov, jolomi.omatete@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Notice Number: SBSS-N02RC62585-24 Issued By: National Cancer Institute (NCI), Office of Acquisitions (OA) http://www.nci.nih.gov or http://rcb.cancer.gov/rcb-internet/ Key Dates: Capability Statement Due Date: May 31, 2016 by 12:00 pm Eastern This Small Business Sources Sought Notice (SBSS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Cancer Institute (NCI). The purpose of this Sources Sought Notice is to identify qualified Small Business concerns including 8(a), HUBZone or Service-Disabled Veteran-owned businesses that are interested in and capable of performing the work described herein. The NCI does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This requirement is assigned North American Industry Classification System (NAICS) code 334516 with a size standard of is 500 employees. As a result of this Sources Sought Notice, the NCI may issue a Request for Quotation (RFQ). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NCI shall arise as a result of a response to this Sources Sought Notice or the NCI's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. The Experimental Transplantation and Immunology Branch (ETIB) Flow Cytometry Facility provides essential optical biology services to the Branch and to other investigators at the NCI and NIH. The core is committed to maintaining an up-to-date array of instrumentation for its investigators. The ETIB currently possesses a 2002 BD Biosciences LSR II. This instrument was one of the first ten of this series built, and was one of the first commercially available truly high-dimensional flow cytometers. It was the ETIB's only high dimensional analyzer for 12 years, and has seen thousands of hours of rigorous use by investigators both in the ETIB and other Center for Cancer Research (CCR) Branches. It has also been upgraded multiple times in its history with additional lasers, additional detectors and improved computer systems. After 14 years of reliable service, this instrument is now reaching the end of its useful life. BD Biosciences no longer sells this platform, and is scaling back service on this instrument. Most of its lasers and electronics are no longer commercially available, making it unreliable for critical analysis needs. Many of its components are literally wearing out, and breakdowns are becoming more frequent. Additionally, this platform, state-of-the-art at the time of its release, is not sufficiently capable of supporting the complex multicolor panels required by modern immunology. Modern instruments can accommodate six or more detectors off their violet laser diodes, permitting the use of the full spectrum of six or more newly available Brilliant Violet fluorochromes. In short, the 9-10 color capability of this older instrument is no longer sufficient to support Branch projects. Space is also a critical issue in replacing this instrument. The ETIB has added several new faculty members in the last three years, and plans to support a newly formed T Cell Engineering Core that will place additional demands on flow cytometric instrumentation. Our plan is to install two flow cytometers in the space currently occupied by our LSR II. The instrument selected therefore needs to have a small footprint, yet still be capable of high-dimensional analysis. The current need is therefore for a flow cytometer than can analyze a minimum of 13 fluorescent probes simultaneously, yet occupies a space smaller than our current LSR II. Salient Characteristics for the Brand name or equal Beckman-Coulter CytoFLEX S flow cytometer: • The instrument needs to occupy a linear footprint of 1 meter or less, including cytometer, computer workstation and monitor • The instrument needs to have a minimum capability of 15 parameters, 13 of which are fluorescence detection channels. Less than this number is not acceptable • The instrument needs to be equipped with blue-green 488nm, red 640nm, violet 405 nm and ultraviolet 375 nm lasers. Less than four lasers is not acceptable • This instrument needs to be capable of analyzing a minimum of five (5) fluorescence parameters aligned to a violet laser, and three (3) fluorescence parameters aligned to an ultraviolet laser • This instrument needs to be equipped with a 96 well plate sampler, and be capable of analyzing samples in either 96 well or 12 x 75 mm tube formats • Delivery and Installation • Training - One (1) full day training to laboratory staff. Service Technicians shall be Beckman Coulter or equivalent trained. • Twelve (12) months warranty including parts, labor and travel commencing upon installation How to Submit a Response: 1. Page Limitations: Interested qualified small business organizations should submit a tailored capability statement for this requirement not to exceed 10 single sided pages including all attachments, resumes, charts, etc. (single spaced, 12 point font minimum) that clearly details the ability to perform the requirements of the notice described above. All proprietary information should be marked as such. Statements should also include an indication of current small business status; this indication should be clearly marked on the first page of your capability statement (preferable placed under the eligible small business concern's name and address). Responses will be reviewed only by NIH personnel and will be held in a confidential manner. 2. Due Date: Capability statements are due no later than May 31, 2016 by 12:00 pm Eastern 3. Delivery Point: All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the unique specifications described herein. All questions must be in writing and emailed to Kimesha.leake@nih.gov. A determination by the Government not to compete this requirement 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, contractors must have valid registration and certification in the System for Award Management (SAM) and the Online Representations and Certifications Applications (ORCA) through sam.gov. No collect calls will be accepted. Please reference number SBSS-N02RC62585-24 on all correspondence. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's 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 a review of the responses received, a RFQ may be published in Fed Biz Opps. However, responses to this notice will not be considered adequate responses to a solicitation(s). Point of Contact: Inquiries concerning this Notice may be direct to: Kimesha Leake at Kimesha.leake@nih.gov. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/SBSS-N02RC62585-24/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04129477-W 20160527/160525235309-7b815ed3e796aabb40da7f44dd02b0bb (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.