Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2018 FBO #6124
SPECIAL NOTICE

66 -- Cell Sorter - Brand Name

Notice Date
8/28/2018
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Agricultural Research Service - Eastern Business Service Center
 
ZIP Code
00000
 
Solicitation Number
1232SC18P-931722
 
Archive Date
9/19/2018
 
Point of Contact
Lynn S. Hults, Phone: 9792609376
 
E-Mail Address
lynn.hults@ars.usda.gov
(lynn.hults@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. The USDA/ARS intends to award a Firm fixed price sole source contract under the authority of 41 U.S.C 253(c)(1) and FAR 6.302-1(a)(2), only one responsible source, to: Becton, Dickinson and Company BD Biosciences Business Unit One Becton Drive Franklin Lakes, NJ 07417 Description of Requirement: The objective of this sole source award is to procure the following items: The Benchtop cell sorter must be capable of the following: Brand Name or Equal to BD FACS Melody Cell Sorter BYG 4-color Plate Item# 662747 a) Can sort cells up to >99% purity b) Minimum Dual-laser c) Capable of upgrading to Three lasers d) Has a diverse set of filters for different fluorophore. e) Has three different sort collection modes: single, purity, and enrich. f) Capable of sorting two different defined populations at the same time g) Automatic stopping when sample tube is empty to prevent bubbles from entering the system h) Quick startup that takes less than 20min. i) Plate Sorting preferred but not required. j) fully automated drop delay calculation or equivalent k) Compensation computed automatically from the results of compensation controls. l) Compensation automatically recalculated when detector settings are adjusted. m) Customizable Settings, gates, and sort settings are available and retrievable from saved experiments n) Filter mirror units can communicate with the software to confirm the optical configurations o) Monitored stream stability detection to correct stream aberrations. p) Monitoring system to alert operator to perform maintenance. q) Capable of stopping when the target number of cells is reached. r) Capable of sorting individual cells into wells of 96 well plates. SYSTEM FOOTPRINT- Complete system must not exceed dimensions of 50 "wide X 62" high X 45" depth WARRANTY - The Contractor shall provide standard a one year, on-site, non-consumable parts and labor warranty, travel included on the equipment. The Contractor shall provide a copy of the warranty for each item with their offer. The Contractor shall also provide information regarding the available extended warranties. All service to the equipment will be done in a Bio-Safety Lab-3 (BSL3) DELIVERABLES - The Contractor shall furnish and deliver (F.O.B. Destination) the equipment and documentation to the USDA, ARS, NAA, PIADC, 40550 Rt. 25, Warehouse, Orient Point, NY 11957, after the receipt of the purchase order within 90 days. Delivery shall be between the hours of 8:00 a.m. to 3:00 p.m., Monday through Friday, excl. Federal holidays. i. NOTE: Warehouse is closed during lunch hours of 11:30am - 12:30pm ii. Delivery for this order is required within 90 days after order is placed. DOCUMENTATION - The vendor shall provide one copy each of the maintenance manuals, service instructions, operating instructions and submitted upon delivery of the equipment. INSTALLATION AND START-UP -The Contractor shall install and put the Cell Sorter in service at the PIADC, BSL3 Lab, Building 101 within 30 days of delivery of product. TRAINING - The Contractor shall provide on-site user orientation training. FACILITY CONTAINMENT RESTRICTIONS -Delivery to the PIADC Building 101, a bio-containment safety level 3 (BL3) laboratory, contractor employee(s) must adhere to facility safety regulations. Everything removed must go through a decontamination process from the BSL3 (building 101); the procedure takes a minimum 2 weeks, and has exposure to high humidity formaldehyde for decontamination. All warranted repairs or replacements that will require returns to the manufacturer need to be scheduled prior to the 2 week decontamination process. On site government supplied tools are available. If something is not available decontamination restrictions apply. a. Decontamination is done by putting products into a self-contained air-lock and gassed with high humidity para-formaldehyde. After 7 days the product is removed, tested, and requires 7 days to air out. b. Liquid decontamination for metal products is washed in a lye or bleach solution with a ratio of 1 part lye or bleach to 10 parts water, and then rinsed. c. No wood or porous materials allowed. FACILITY ACCESS - All visitors to the facility require prior authorization and security clearance for access. If any visitor is accessing the Select Agent Program Areas, the visitor must read the "Visitor Access to PIADC Biocontainment Areas - Pre-Visit Awareness (attached) The NAICS code for this requirement is 334516; the small business size standard is 1000 employees. This notice of intent is not a request for competitive quotes; however, interested persons may identify their interest and capability to respond to this requirement. All information received by 3:00 PM Central Time on September 4, 2018, will be considered by the Government. Responses shall be submitted to Lynn Hults at lynn.hults@ars.usda.gov. The e-mail subject line shall state: 1232SC18P-931722 Notice of Intent to Sole Source. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b0955f93820a4ee96d9caa590217c087)
 
Place of Performance
Address: USDA, ARS, NAA, PIADC, 40550 Rt. 25, Warehouse, Orient Point, New York, 11957, United States
Zip Code: 11957
 
Record
SN05060428-W 20180830/180828231637-b0955f93820a4ee96d9caa590217c087 (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.