Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2018 FBO #6118
SOLICITATION NOTICE

66 -- FluoroCore ELISPOT Analyzer - Attachments

Notice Date
8/22/2018
 
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, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
NIH-NIDA-CSS-201800447
 
Archive Date
9/13/2018
 
Point of Contact
Andrea TE King, Phone: 3018275245
 
E-Mail Address
andrea.king@nih.gov
(andrea.king@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Solicitation FAR 52.212-5 Invoice Instructions Purchase Description Title: FluoroCore ELISPOT Analyzer (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 NIH-NIDA-CSS-201800447 and the solicitation is issued as an request for quotation (RFQ). 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-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-98, 31 May, 2018. (iv) The associated NAICS code 334516 "Analytical Laboratory Instrument Manufacturing" and the small business size standard 1000 employees. This requirement is full and open with no set-aside restrictions. (v) The purpose of this acquisition is to procure a FluoroCore ELISPOT Analyzer for the Viral Immunology Section (VIS). This platform will enable the quantification of cell-mediated immune responses, a critical capability in the field of viral immunology. Enzyme-linked immunosorbent spot-forming cell assay (ELISPOT) is used to quantify cytokine producing T cells in blood samples. This quantification of immune cell responses to various stimuli ex vivo serves as a correlate of in vivo precursor frequency. The number of antigen-specific precursor T cells, as measured by the ELISPOT assay, reflects the magnitude of the immune response. These types of immunologic data are critical for assessing differences between patients and controls, and responses to therapeutic interventions, such as treatments and vaccines. (vi) Salient characteristics Contractor shall provide the NINDS VIS with one (1) FluoroCore Analyzer that meets the following specifications: a) System must deliver conventional ELISPOT with white light and fluorescent applications. b) Equipment must be able to correctly scan and analyze FluoroSpot assays up to 3-colors. c) Equipment must be able to correctly scan and analyze ELISPOTs including three-color enzymatic ELISPOTs that measure polyfunctional cells. d) Instrument must be equipped with all of the following light sources: a. LED-based fluorescent illumination b. LED-based visible top lighting c. Uniform planar visible backlighting e) Analyzer must employs up to three unique fluorescent light source combinations with matching filters permits selective activation of fluorochromes without color bleeding and the need for compensation. f) System shall be able to scan and count 8-samples of live/dead lymphocytes in a single run and generate a viability report with resuspension volumes. g) Instrument must have a dedicated software platform to measure cytotoxicity in 96-well format with subject-specific "kill curves". h) Cytotoxicity software must be adjustable to enable users to select custom profiles in order to use their own dyes to measure cell death. i) System must come with an actual ELISPOT Qualification plate. j) Instrument shall also come supplied with a multi-color fluorescent bead Qualification slide with automated qualification routine in the software. k) System must include an optimized lens apparatus permitting the capture of 384, 96, 48 and 24 well plates l) ELISPOT reader camera must be able to acquire 10 megapixel images. m) Analyzer must be able to correctly scan/count over 11,000 spots per well. n) Equipment must have a footprint that fits on a countertop 3' x 3' with computer included within this space. o) System must include a retractable keyboard tray and integrated monitor. p) Instrument must be compatible with 50-plate stacker unit with de-lidding capability. q) Equipment must come with a minimum of a one year warranty. r) Warranty and service should be performed on site. Scanning Services shall be offered free of charge until Analyzer is repaired. s) System must be compatible with S6 FluoroCore Analyzer scanning software. See attached Purchase Descritpion for more details. (vii) Delivery Schedule: The contractor shall deliver, install the equipment, and provide training for use within 30 days after receipt of order. Delivery must be FOB destination and include inside delivery. (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. The following factors shall be used to evaluate offers: 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. Award will be made to the responsible vendor with the lowest-priced, technically-acceptable quote/proposal. Technically-acceptable is defined as meeting all Salient Characteristics and Delivery requirements identified in the Purchase Description. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. (x) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi) The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See attached. (xiii) FAR Provision 52.211-6 Brand Name or Equal (Aug 1999) applies to this acquisition. (xiv) The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices: There are no additional contract requirements. (xv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xvi) 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. Respondents proposing on an equal product of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. 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." All responses must be received by 5PM August 29, 2018 EST and reference number NIH-NIDA-CSS-201800447. Responses may be submitted electronically to Andrea King at andrea.king@nih.gov. Fax responses will not be accepted. (xvii) The name and telephone number of the individual to contact for information regarding the solicitation. Andrea King Andrea.king@nih.gov 301-827-5245 PURCHASE DESCRIPTION FluoroCore ELISPOT Analyzer for the Viral Immunology Section, NINDS Statement of Need and Purpose: The purpose of this acquisition is to procure a FluoroCore ELISPOT Analyzer for the Viral Immunology Section (VIS). This platform will enable the quantification of cell-mediated immune responses, a critical capability in the field of viral immunology. Enzyme-linked immunosorbent spot-forming cell assay (ELISPOT) is used to quantify cytokine producing T cells in blood samples. This quantification of immune cell responses to various stimuli ex vivo serves as a correlate of in vivo precursor frequency. The number of antigen-specific precursor T cells, as measured by the ELISPOT assay, reflects the magnitude of the immune response. These types of immunologic data are critical for assessing differences between patients and controls, and responses to therapeutic interventions, such as treatments and vaccines. Background Information and Objective: The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), conducting research into the causes, treatment, and prevention of neurological disorders and stroke. The VIS research focuses on the involvement of viruses in neurologic disorders, particularly dysregulated immune responses to viruses in patients with neurological diseases compared to healthy controls. An ELISPOT analyzer will enable the use of ELISPOT as a tool to enumerate antigen-specific immune responses in various patient populations. Generic Name of Product: ELISPOT Analyzer SAMPLE PRODUCT - BRAND NAME OR EQUAL REQUIREMENT: Trade Name: ImmunoSpot® Brand Name: CTL Analyzers ImmunoSpot® S6 FluoroCore Analyzer Manufacturer: ImmunoSpot Model, type, catalog and other parts/numbers: Catalog #S6FLC12 This is a Brand Name or Equal requirement. Products other than the specific item above are acceptable, but must meet all of the salient characteristics contained in the Salient Characteristics section below: Salient characteristics Contractor shall provide the NINDS VIS with one (1) ELISPOT Analyzer that meets the following specifications: a) System must deliver conventional ELISPOT with white light and fluorescent applications. b) Equipment must be able to correctly scan and analyze FluoroSpot assays up to 3-colors. c) Equipment must be able to correctly scan and analyze ELISPOTs including three-color enzymatic ELISPOTs that measure polyfunctional cells. d) Instrument must be equipped with all of the following light sources: a. LED-based fluorescent illumination b. LED-based visible top lighting c. Uniform planar visible backlighting e) Analyzer must employs up to three unique fluorescent light source combinations with matching filters permits selective activation of fluorochromes without color bleeding and the need for compensation. f) System shall be able to scan and count 8-samples of live/dead lymphocytes in a single run and generate a viability report with resuspension volumes. g) Instrument must have a dedicated software platform to measure cytotoxicity in 96-well format with subject-specific "kill curves". h) Cytotoxicity software must be adjustable to enable users to select custom profiles in order to use their own dyes to measure cell death. i) System must come with an actual ELISPOT Qualification plate. j) Instrument shall also come supplied with a multi-color fluorescent bead Qualification slide with automated qualification routine in the software. k) System must include an optimized lens apparatus permitting the capture of 384, 96, 48 and 24 well plates l) ELISPOT reader camera must be able to acquire 10 megapixel images. m) Analyzer must be able to correctly scan/count over 11,000 spots per well. n) Equipment must have a footprint that fits on a countertop 3' x 3' with computer included within this space. o) System must include a retractable keyboard tray and integrated monitor. p) Instrument must be compatible with 50-plate stacker unit with de-lidding capability. q) Equipment must come with a minimum of a one year warranty. r) Warranty and service should be performed on site. Scanning Services shall be offered free of charge until Analyzer is repaired. s) System must be compatible with S6 FluoroCore Analyzer scanning software. Quantity: One (1) ELISPOT Analyzer Contract Type: A firm-fixed price type contract is anticipated for this requirement consistent with commercial practices. Delivery Schedule: The contractor shall deliver, install the equipment, and provide training for use within 30 days after receipt of order. Delivery must be FOB destination and include inside delivery. Delivery Location: The equipment shall be delivered and installed between the hours of 8:00am and 5:00 pm, Eastern Standard Time at: National Institutes of Health Bldg 10, Rm 5C103 10 Center Drive, MSC 1400 Bethesda, MD 20892. Warranty: Contract shall provide a one (1) year service and warranty. All products shall be warranted to be free from material defects in workmanship or material under normal use and service for the one year warranty period.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIH-NIDA-CSS-201800447/listing.html)
 
Record
SN05051578-W 20180824/180822231558-779cf9404132700b2e8035f39315c183 (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.