SOURCES SOUGHT
66 -- ACSARIA Fusion SORP Cell Sorter
- Notice Date
- 6/19/2020 6:06:15 AM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-20-006817
- Response Due
- 7/7/2020 11:00:00 AM
- Archive Date
- 07/22/2020
- Point of Contact
- Karen Mahon
- E-Mail Address
-
karen.mahon@nih.gov
(karen.mahon@nih.gov)
- Description
- This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. �It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.� Responses will not be considered as proposals or quotes.� No award will be made as a result of this notice.� The Government will NOT be responsible for any costs incurred by the respondents to this notice.� This notice is strictly for research and information purposes only. Background:� The Flow Cytometry Shared Resource Laboratory is a core facility at the National Institute on Aging (NIA) Intramural Research Program (IRP). This core facility provides analytical flow cytometry and cell sorting services as well as access to instrumentation which is essential to the biomedical research mission of the NIA IRP. The purpose of this requirement is the purchase and installation of a state-of-the art, unique system that permits isolation of single cells for metabolic profiling and genomic analysis that both complements the services provided by the flow cytometry core and is crucial to the mission of the intramural research program (IRP) at the NIA. This purchase is being requested for infrastructure replacement and improvements for current non-upgradable instruments. This justification is based on three underlying principles: 1) replacement of instrumentation that is past its lifespan, 2) meet user needs for additional capacity, and 3) address scientific obsolescence as the flow cytometry field and the pivotal role that it plays in current and future life science research at the NIA IRP moves forward. This instrument is needed to keep the flow cytometry core state-of-the art and are designed to maintain this advantage for at least a decade. Purpose and Objectives: The purpose of this requirement is to procure a BD FACSAria Fusion SORP. This instrument is capable of 21 parameters (19 colors) in the configuration of 3 detectors from the 488nm laser (100mW), 3 detectors from the 637nm laser(140mW), 4 detectors from the yellow green 561nm laser (100mW), 6 detectors from the violet 405nm laser (100mW), and 3 detectors from the UV 355nm laser (20mW). This instrument adds to the capacity of the core and supplements BD FACS Aria III SORP and the BD FACSAria II SORP that cannot be further upgraded. Both instruments are from the same manufacturer. Project requirements: The contractor shall deliver and install a BD FACSAria Fusion SORP cell sorter with Baker BSC option (HOOD SAFETY BIOLOGICAL) to the flow cytometry core. On-site training must take place at the customer site within two (2) to four (4) weeks of equipment installation at the discretion of the customer based on staffing and core scheduling. Training shall take place between the hours of 8:00am and 5:00pm, Baltimore, MD local prevailing time, Monday through Friday. The contractor shall provide a company certified service technician to perform setup, installation, and training. The Contractor shall provide a one (1) year warranty on all equipment, parts and repairs. The one (1) year warranty shall include preventative maintenance and support services by a company certified service technician. All products shall be warranted to be free from material defects in workmanship or material under normal use and service for the warranty period. Anticipated period of performance: The contractor shall deliver and install the required equipment within twelve (12) weeks after receipt of order. Delivery must be FOB Destination and must include inside installation. The equipment shall be delivered and installed between the hours of 8:00am and 5:00pm, Baltimore, MD local prevailing time, Monday through Friday. � Capability statement /information sought. Respondents must provide, as part of their responses, a capability statement that describes how their product will meet the Government�s needs as described above. The respondent must also provide their� DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc., pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2� x 11� paper size, with 1� top, bottom, left and right margins, and with single or double spacing. The information submitted must be in an outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein.� A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit.� The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer.� Facsimile responses are NOT accepted. The response must be submitted to Karen Mahon, Contracting Officer at e-mail address Karen.Mahon@nih.gov. The response must be received on or before July 7, 2020 at 2:00 pm Eastern Time. ��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 presolicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. 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(s).�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8cbfae3f782e4088aff428266843fbdb/view)
- Place of Performance
- Address: Baltimore, MD, USA
- Country: USA
- Country: USA
- Record
- SN05697515-F 20200621/200622142807 (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 |