Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2017 FBO #5776
SOLICITATION NOTICE

66 -- 3345186asers and Optical

Notice Date
9/14/2017
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Child Health and Human Development, Contracts Management Branch, 6710B Rockledge Dr., Suite 1124, MSC7000, Bethesda, Maryland, 20892-7510, United States
 
ZIP Code
20892-7510
 
Solicitation Number
NICHD-NOI-18-091217-MJK
 
Archive Date
10/4/2017
 
Point of Contact
Max Kimpson, Phone: 301-435-4380, Richard Bailey, Phone: 301-402-1139
 
E-Mail Address
Max.Kimpson@nih.gov, BaileyRichard@mail.nih.gov
(Max.Kimpson@nih.gov, BaileyRichard@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS. The Government's intent is TO AWARD A CONTRACT/PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION. The National Institute of Health, Eunice Kennedy Shriver, National Institute of Child Health & Human Development in support of the National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK) Intramural Research Program (IRP) intends to award a purchase order without providing for full and open competition the upgrade of a Bruker product. The project background is as follows. •• The system must be completely alignment free. Laser and optical alignments must be fixed alignments (no stepper motors) and require no user alignment. •• The cell sorter must have gel coupled quartz cuvette where the laser beams interrogates the cells. •• The cell sorter must have a removable nozzle which can be sonicated. This nozzle must be keyed and require no optical/laser system alignment when replaced. •• The cell sorter must automate system startup, including de-bubbling the sheath fluid, automate optimization of the drop-drive frequency, sheath pressure and amplitude. •• The cell sorter must Blue 488nm laser and Red 640nm laser with 8 parameters FSC, SSC and 6 colors. System must be upgradeable to add a 3rd laser with 3 additional PMT's for a total 11 parameters FSC, SSC and 9 colors. •• The cell sorter must have spatially separated beams each with its own unique optical channel. •• The cell sorter optical filters must have an electronic identifier chip. This identifier chip communicates with computer updating system configuration after a filter has been changed. •• The cell sorter must have the ability to upgrade to sort into a temperature controlled holder which supports 6-, 24-, 48-, 96- and 384-well plates. •• The cell sorter must come with a Class II Type A2 biological safety cabinet which has a built in aerosol management system with a separate motor so the hood and aerosol management system can be tested individually. The manufacturer is Becton, Dickinson, and Company, One Becton Drive, Franklin Lakes, NJ, 74017. The North American Industry Classification System (NAICS) Code is 334516 with a size standard of 1000 employees. The resultant award will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) This acquisition is conducted under the procedures prescribed in FAR subpart 13- Simplified Acquisitions Procedures at an amount exceeding the simplified acquisition threshold ($150,000.00) and as supplemented by FAR Part 12 - Commercial Items. This acquisition is conducted under the authority of 41 U.S.C.253© under provisions of the statutory authority of FAR Subpart 6.302-FAR 6.302-1- Only one responsible source and no other supplies or services will satisfy agency requirements 41 U.S.C. 253c (1). This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to established the interested parties bona-fide capabilities for fulfilling the requirement and include: certification by the OEM that you are authorized to provide services, unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point ( Destination or Origin), the Duns & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. 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. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses to this notice shall be submitted electronically by 12:00 PM Eastern Standard Time on Tuesday, September 19, 2017 toMaxwell J. Kimpson at email address max.kimpson@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NICHD/NICHD-NOI-18-091217-MJK/listing.html)
 
Record
SN04678809-W 20170916/170914233036-ad975df06ec2dcf6dadaebc257a74275 (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.