Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 14, 2020 SAM #6772
SPECIAL NOTICE

66 -- Becton Dickinson Special Order LSRFortessa X20 3-laser Flow Cytometer and 5-laser Flow Cytometer

Notice Date
6/12/2020 11:38:57 AM
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NIH National Cancer Institute Rockville MD 20850 USA
 
ZIP Code
20850
 
Solicitation Number
75N91020Q00085
 
Response Due
7/26/2020 12:00:00 PM
 
Archive Date
08/10/2020
 
Point of Contact
William Neal, Phone: 2402765433, Reyes Rodriguez, Phone: 2402765442
 
E-Mail Address
william.neal@nih.gov, reyes.rodriguez@nih.gov
(william.neal@nih.gov, reyes.rodriguez@nih.gov)
 
Description
Title: �Procurement of a Becton Dickinson Special Order LSRFortessa X20 3-laser Flow Cytometer and 5-laser Flow Cytometer Document Type:�������� Special Notice Solicitation Number: ����75N91020Q00085 Posted Date:�������������� ����� 06/12/2020 Response Date:��������������� �06/26/2020 Classification Code:� 6640 � LABORATORY EQUIPMENT AND SUPPLIES������������������������ �NAICS Code:� 334516 � Analytical Laboratory Instrument Manufacturing (1000 employees).��� Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Bethesda, MD� 20892, UNITED STATES. Description: The NIH, National Cancer Institute (NCI), Center for Cancer Research (CCR), Experimental Immunology Branch (EIB), and Office of Acquisitions (OA) The proposed acquisition is for a new state-of-the-art 3-laser flow cytometry analyzer and a 5-laser flow cytometry analyzer for the EIB Flow Cytometry Facility.� The purpose of the acquisition is to replace an obsolete September 2005 version by Becton Dickinson 2-laser flow cytometry analyzer sorter and to replace an obsolete 2003 version by Becton Dickinson 2-laser flow cytometry analyzer sorter that supports multiple ongoing research projects in order to maintain state-of-the art instrumentation.� This upgrade is urgently needed to relieve overcrowding on the existing BD 5-laser LSRFortessa. The requested equipment is a Special-Order Research Product (SORP) that will be custom manufactured with a unique laser and fluorescent detector configuration that meets the requirements of the Experimental Immunology Branch (EIB) and that is required in order to continue ongoing research projects.� This order includes a trade-in discount for the obsolete instrument. This purchase is from Becton, Dickinson Company located at 2350 QUME DR, SAN JOSE, CA, 95131-181, UNITED STATES The response close date of this notice for this requirement is in accordance with FAR 5.203(a)(1). This acquisition will be processed under FAR Part 12 � Acquisition for Commercial Items and will be made pursuant to the authority in FAR Part 13.106-(b)(2) and 13.501-(a)(1) using simplified acquisition procedures for commercial acquisitions and is exempt from the requirements of FAR Part 6. The North American Industry Classification System code is 334516 � Analytical Laboratory Instrument Manufacturing (1000 employees). This will be awarded as a severable firm fixed price type contract It has been determined there are no opportunities to acquire green products or services for this procurement. BACKGROUND The Experimental Immunology Branch Flow Cytometry Facility provides basic research support to members of the EIB as well as to investigators throughout CCR, NCI. Support is provided for ongoing immunobiology research projects including studies of:� thymocyte biology and differentiation, T cell development, differentiation and activation, mechanisms of gene expression and chromatin biology, mechanisms of neuro-immunological pathology, mechanisms of gut inflammation, antigen processing and presentation, and mechanisms of costimulation in T and B cell biology.� Currently support is provided to about 50 users with 5 flow cytometry analyzers and 2 flow cytometry cell sorters manufactured by Becton Dickinson (BD).� Because all 7 instruments are produced by the same manufacturer (and thus use similar optics, electronics, laser sources and software), experiments can seamlessly transfer between instruments with identical results.� Further, protocols for cell preparation and staining with fluorescent reagents can be developed on the flow cytometry analyzers and transferred immediately to the cell sorters for cell separation.� Each instrument supports multiple experiments each day, and each instrument is fully utilized.�� Demand for instrument time currently exceeds availability so the ability to transfer seamlessly between instruments is required in order to maintain throughput and to maintain data integrity when experiments need to be transferred to a different instrument due to malfunctions.��� Becton Dickinson instrumentation is necessary to provide compatibility with existing instrumentation and established research protocols. The current acquisition is specifically designed to replicate two of the existing flow cytometry analyzers (a 5-laser BD LSRFortessa and a 3-laser BD LSRFortessa X20) in the facility, thus doubling the capacity of those instruments with identical instruments.� The new cytometers will share identicalidentical laser excitation sources, providing additional instrument redund ancy. The two new instruments will each provide the capability for simultaneous analysis of 18 fluorochromes compared to only 4 fluorchromes with the obsolete instruments that will be replaced.� Most importantly, the two instruments acquired under the current acquisistion will be identical to two existing BD instruments in the facility.� This will allow immediate transition to the new instruments of experiments needed to continue long term research projects that now utilize the existing BD LSRForterssa and BD LSRFortessa X20.� Expanding capabilities with identical instrumentation also guarantees that the new instruments will be compatible with hundreds of existing protocols and reagents. �Finally, by replacing the obsolete instrumentation with instruments identical to existing instrumentation will eliminate the time-consuming and labor-intensive need for retraining of facility staff and facility users. PRODUCT SPECIFICATIONS/SALIENT CHARACTERISTICS The following product features/salient characteristics are required for this requirement: (3-laser instrument) Interrogation using quartz cuvette with fixed optical assembly with spatially separated lasers.� Three lasers must include:� 488nm = 60mWatts, 640nm = 100mWatts, 405nm = 100mW. This specific excitation platform configuration required by EIB for compatibility with existing instrumentation and with established research protocols using specific fluorescent dyes and for seamless movement of experiments between the existing 3-laser LSRFortessa X20 and the new equipment.���� Fluorescence/Scatter Detectors with appropriate optical filters must be configured as follows for each laser. 488nm blue laser: forward scatter detector, side scatter detector, 5 fluorescence detectors for FITC, PE, PE-CF594, PerCPCy5.5, and Pe-Cy7.� Additional filters for PI detection. 640 nm red laser:� 3 fluorescence detectors for APC, Alexa 700, APC-Cy7 405nm violet laser:� 4 fluorescence detectors for BV421, BV510, BV711, BV786.� Additional filters for BV750, BV605, BV650. This detector configuration is required for compatibility with existing instrumentation and ongoing research projects using specific fluorescence dyes that require these detectors/filters for specific fluorescence emission to be measured, and for seamless transition of experiments between the existing 3-laser LSRFortessa X-20 and the new equipment. Quantitative Fluorescence Measurement to include the following: Spatial and temporal separation of laser excitation and fluorescence emission for each laser. Fluorescence Linearity � Demonstrated doublet/singlet ratio of 1.95-2.05 for cell-based fluorescence measurement. Fluorescence Sensitivity -� FITC= 80 molecules of equivalent soluble fluorochrome (MESF-FITC), MESF-PE = 30 molecules, MESF PE-Cy5 = 10 molecules, MESF APC = 70 molecules. Linearity of fluorescence measurement, sensitivity and spatial/temporal separation of each laser�s emission are required for compatibility with existing instrumentation and ongoing research projects that require quantitative, linear, sensitive measurement of fluorescence, and for seamless transition of experiments between the existing 3-laser LSRFortessa X-20 and the new equipment. Data Acquisition Rate must be up to 40,000 events/sec with beads. This data acquisition rate required for compatibility with existing instrumentation and ongoing research projects that require multi-color analyses of rare (<0.1%) cell populations, and for seamless transition of experiments between the existing 3-laser LSRFortessa X-20 and the new equipment. Flow Cytometry Analyzer must have automated REAL TIME compensation networks between all lasers and all fluorescence parameters.� Analyzer must provide real time fluorescence compensation to remove cross-talk between fluorescence channels. Real time compensation required for compatibility with existing multi-color fluorescence protocols that support ongoing research projects and for seamless transition of experiments between the existing 3-laser LSRFortessa X-20 and the new equipment. Instrument control and data acquisition/management to be provided by BD FACSDiva software v8,0 or later and to include the ability to produce FCS2.0, 3.0 and 3.1 data files, the ability to ratio any signal from any laser, the ability to automatically determine and adjust optimal laser delays, and the ability to perform automated and/or manual real time fluorescence compensation. FACSDiva software required for compatibility with existing instrumentation, with current operator and user training, with custom EIB-produced analysis software and with established protocols used in ongoing research projects. One (1) year manufacturer�s warranty to include emergency repair on-site service by in-state qualified factory trained field engineers with a 48-hour response time. A 48-hour response time for emergency warranty repairs is required due to the heavy experimental load. The following product features/salient characteristics are required for this requirement: 5-Laser LSRFortessa (instrument) This purpose of this acquisition is to relieve overcrowding on an existing Becton Dickins (BD) 5-Laser LSRFortessa by replacing an obsolete Becton Dickinson (BD) 2-laser FACSCalibur Flow Cytometry Analyzer Cell purchased in 2003 with a new Becton Dickinson 5-Laser LSRFortessa Flow Cytometry Analyzer.� The requested equipment is a Special-Order Research Product (SORP) that will be custom manufactured with a unique laser and fluorescent detector configuration that meets the requirements of the EIB and that is required in order to continue ongoing research projects. The following product features/salient characteristics are required for this requirement: (5-laser instrument) Interrogation using quartz cuvette with fixed optical assembly with spatially separated lasers.� Five lasers must include:� 488nm = 60mWatts, 640nm = 100mWatts, 405nm = 100mW, 592nm = 200mW, 355nm = 60mW. This specific excitation platform configuration required by EIB for compatibility with existing instrumentation and with established research protocols using specific fluorescent dyes and for seamless movement of experiments between the existing 5-laser LSRFortessa and the new equipment.���� Fluorescence/Scatter Detectors with appropriate optical filters must be configured as follows for each laser. 488nm blue laser: forward scatter detector, side scatter detector, 5 fluorescence detectors for FITC, PE, PE-CF594, PerCPCy5.5, and Pe-Cy7.� Additional filters for PI detection. 640 nm red laser:� 3 fluorescence detectors for APC, Alexa 700, APC-Cy7 405nm violet laser:� 4 fluorescence detectors for BV421, BV510, BV711, BV786.� Additional filters for BV750, BV605, BV650 592nm laser: �2 fluorescence detectors for Alexa 594, mKate. Additional filters = 595LP; 610/20BP. 355nm uv laser: 4 fluorescence detectors for BUV395, BUV496, BUV737, BUV805. Additonal filters for:� DAPI = 436/20BP; Indo1 Blue = 475/20BP, 465LP; Indo1 Violet = 400/20BP. This detector configuration is required for compatibility with existing instrumentation and ongoing research projects using specific fluorescence dyes that require these detectors/filters for specific fluorescence emission to be measured, and for seamless transition of experiments between the existing 5-laser LSRFortessa and the new equipment. Quantitative Fluorescence Measurement to include the following: Spatial and temporal separation of laser excitation and fluorescence emission for each laser.� Fluorescence Linearity � Demonstrated doublet/singlet ratio of 1.95-2.05 for cell-based fluorescence measurement. Fluorescence Sensitivity -� FITC= 80 molecules of equivalent soluble fluorochrome (MESF-FITC), MESF-PE = 30 molecules, MESF PE-Cy5 = 10 molecules, MESF APC = 70 molecules. Linearity of fluorescence measurement, sensitivity and spatial/temporal separation of each laser�s emission are required for compatibility with existing instrumentation and ongoing research projects that require quantitative, linear, sensitive measurement of fluorescence, and for seamless transition of experiments between the existing 5-laser LSRFortessa and the new equipment. Data Acquisition Rate must be up to 40,000 events/sec with beads. This data acquisition rate required for compatibility with existing instrumentation and ongoing research projects that require multi-color analyses of rare (<0.1%) cell populations, and for seamless transition of experiments between the existing 5-laser LSRFortessa and the new equipment. Flow Cytometry Analyzer must have automated REAL TIME compensation networks between all lasers and all fluorescence parameters.� Analyzer must provide real time fluorescence compensation to remove crosstalk between fluorescence channels. Real time compensation required for compatibility with existing multi-color fluorescence protocols that support ongoing research projects and for seamless transition of experiments between the existing 5-laser LSRFortessa and the new equipment. Instrument control and data acquisition/management to be provided by BD FACSDiva software v8,0 or later and to include the ability to produce FCS2.0, 3.0 and 3.1 data files, the ability to ratio any signal from any laser, the ability to automatically determine and adjust optimal laser delays, and the ability to perform automated and/or manual real time fluorescence compensation. FACSDiva software required for compatibility with existing instrumentation, with current operator and user training, with custom EIB-produced analysis software and with established protocols used in ongoing research projects. Three (3) year manufacturer�s extended warranty to include emergency repair on-site service by in-state qualified factory trained field engineers with a 48-hour response time. A 48-hour response time for emergency warranty repairs is required due to the heavy experimental load. Compatibility with existing instrumentation.� Compatibility between the new instruments and the existing overcrowded instruments will be achieve by purchase of identical instruments, a 3-laser LSRFortessa X20 and a 5-laser LSRFortessa.� Not only will experimental transition between the instruments be seamless, the 3 instrument operators of the EIB Flow Cytometry Facility each have between 6 and 25 years of experience in operation and troubleshooting similar or identical Becton Dickinson equipment and have already trained the 50 EIB users in operation of this equipment.� This experience will not transfer to an instrument from any other manufacturer and would instead require lengthy retraining of staff and equipment users.� Due to the current Covid-19 pandemic, NIH social distancing guidelines prohibit the extensive in-person instrument training that would be required to retrain EIB users. Compatibility with existing software. The EIB Flow Cytometry Facility is currently developing new flow cytometry data analysis software that is compatible with BD file structures from the FACSDiva data collection software programs.� Purchase of the BD instrument will allow us to use this new software without modification. Continuity of research.� The EIB Flow Cytometry Facility has utilized BD instrumentation for more than 40 years.� Current instrumentation includes 7 Becton Dickinson instruments.� Thus, hundreds of protocols for BD instruments have been developed in the facility and published by facility users.� Procurement of a new BD instrument will allow facility staff and users to utilize these existing protocols whereas switching to a different manufacturer would require development of new protocols.� Size of local field engineer workforce.� Because Becton Dickinson manufactured flow cytometers represent more than 75% of the flow cytometers in the NCI, as well as the large majority of the flow cytometers in the Baltimore Washington region, BD has 5 local service engineers trained on the BD flow cytometers, more than any other vendor. Indeed, most vendors do not have a local workforce.� This capability is required for minimizing down time in the busy core facility of the EIB.� A substantial local field engineer workforce is critically important due to the nature of the work in the EIB core facility.� These experiments are extraordinarily expensive to perform.� If the flow cytometer malfunctions, and cannot be repaired within 4-6 hours, the experiment will be lost even though the mice have already been sacrificed.� BD has 5 local service engineers, and usually one or more of them is at NIH on any given day.� During the last 12 months, on at least 10 occasions, a local service engineer has already been on the NIH campus and has repaired a problem for the EIB within 2-5 hours of the breakdown.� This has saved the program many, many thousands of dollars that would have been lost otherwise.� If an engineer has to fly in, there will be a minimum 24 hour delay resulting in loss of the time, materials, animals and reagents already invested in the experiment. DELIVERY / INSTALLATION 9000 Rockville Pike Bethesda, MD 20892-425 It shall be delivered within 90 days of the purchase order award. ����� SPECIAL CONSIDERATIONS REGARDING DELIVERIES DURING COVID-19 The Contractor shall store or retain all supplies furnished under this order until notified by the NCI Contracting Officer, COR, or technical point of contact (TPOC) of a delivery date. The Contractor shall deliver supplies no later than 30-days after notification. The Contractor shall not sell supplies furnished under this order to another company or party if the NCI is unable to accept delivery due to conditions related to COVID-19. Training and installation as required by the Statement of Need may be delayed due to conditions related to COVID-19. If services provided under this order are delayed, the Contractor shall provide all services at different times and dates at no additional cost. The Contractor shall direct all courier and delivery services � including those not operated by the Contractor (e.g. FedEx, USPS, UPS) � to follow the instructions in this section. All companies delivering to the NIH main campus must comply with Commercial Vehicle Inspection Facility (CVIF) access procedures. Upon arrival, the CVIF will provide a list of buildings and loading docks to delivery personnel. Deliveries will be logged in at the loading dock, and the loading dock contractor or Government personnel will attempt to contact the TPOC listed on the package. In the event that the TPOC is unable to accept the package, the delivery shall not be left at the loading dock station. The delivery must be returned to the Contractor, and the Contractor must coordinate with the TPOC to deliver on another date at no additional cost. Deliveries can only be made between 6:00 a.m. and 4:00 p.m. EST, Monday � Friday, excluding federal holidays. NOTE: Companies delivering to Building 10 will be required to complete additional steps including a brief medical screening before unloading and entering to make deliveries. These steps are necessary to protect patients and staff. Delivery personnel may also be asked a series of questions related to recent travels and any physical symptoms known or suspected to be relevant to COVID-19. This is a custom-made instrument manufactured by Becton Dickinson & Company.� No other source is known to be capable of manufacturing and providing an OEM warranty for this instrument. This custom-made equipment has performed at very high level since the original research on 2005, thus the proprietary software and maintenance must continue. This notice is not a request for competitive quotation. However, if any interested party, especially small businesses, believes it can meet the above requirement, it may submit a capability statement, proposal, or quotation, which shall be considered by the agency.� The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow the NCI to determine if the party can perform the requirement. �Responses must be received in the contracting office by 3:00PM EDT, on June 26, 2020.� All responses and questions must be in writing and faxed (240) 276-5433 or emailed to William Neal and Reyes Rodriguez, Contracting Officer via electronic mail at william.neal@nih.gov and reyes.rodriguez@nih.gov. A determination by the Government not to compete this proposed 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. No collect calls will be accepted. In order to receive an award, Contractors must be registered and have valid, current Entity Record, including current Representations and Certifications, in the System for Award Management (SAM) through SAM.gov. Reference: 75N91020Q00085 on all correspondence.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e10c96951b894b73825b317439b64685/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05688479-F 20200614/200612230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.