Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 21, 2020 SAM #6840
SPECIAL NOTICE

65 -- Purchase of Sony MA900 Cell Sorter

Notice Date
8/19/2020 7:00:15 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
75N91920Q00080
 
Response Due
8/26/2020 12:00:00 PM
 
Archive Date
09/10/2020
 
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: �Purchase of Sony MA900 Cell Sorter Document Type:�������� �� Special Notice Solicitation Number: ����75N91020Q00080������������������������������� Posted Date:�������������� ����� 08/19/2020 Response Date:��������������� 08/26/2020 Classification Code:� 6505 � Biological and Reagent Material � Direct Use NAICS Code:� 334516 � Analytical Laboratory Instrument Manufacturing (1000 employees) Other Than Small Business.�������� 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 DHHS, NIH, National Cancer Institute (NCI), Center for Cancer Research (CCR), Vaccine Branch (VB), The NCI CCR Vaccine Branch Flow Cytometry Core services over 150 users and sorts hundreds of samples per year.� There have been multiple requests for 384-well cell sorting that have not been able to be accommodated with the current instrumentation in the core.� While 96-well cell sorting is performed on a weekly basis, 384-well cell sorting is better for imaging and single-cell sequencing applications.� For example, a Stadtman Tenure-Track Investigator, has requested 384-well cell sorting. This research involves developing high-throughput molecular assays to study the chromatin and gene expression profiles of single pancreas cells isolated from patients. These assays require sorting thousands of single cells with high efficiency, speed and accuracy. Having a sorter with 384-well capability will greatly accelerate our throughput, reduce reagent costs and storage space requirements. Plans are to procure, on a sole source basis, Sony MA900 Cell Sorter from Sony BioTechnology 1730 North 1st St., 2NW San Jose, CA 95112 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 13.106-1(b)(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) Other Than Small Business. This will be awarded as a severable firm fixed price type contract. The award will be in the aggregate. It has been determined there are no opportunities to acquire green products or services for this procurement. BACKGROUND The U.S. Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Vaccine Branch (VB) requires the purchase of one Sony MA900 Cell Sorter. There is an urgent and unmet need for 384-well plate cell sorting in the Vaccine Branch Flow Cytometry Core.� The Core currently has two cell sorters, the BD Biosciences FACSAria IIIu and the Beckman Coulter MoFlo Astrios EQ. However, the BD Biosciences FACSAria IIIu is not capable of performing 384-well plate sorting and the Beckman Coulter MoFlo Astrios EQ does not perform 384-well plate sorting accurately.� The Sony MA900 cell sorter has a specialized sorting deposition unit that is designed to perform 384-well sorting. PRODUCT FEATURES/SALIENT CHARACTERISTICS The following product features/characteristics are required for this requirement: The sorter must have a dedicated unit designed to sort single cells into a 384-well format. Additional requirements are listed below: Lasers:������������ 488nm/561nm (colinear),405nm/638nm (colinear)�� Fluidics:��������� Disposable microfluidic flow cell and sorting nozzle Plate sorting:�� 96/384 well plate deposition system Tube sorting:�� 4 way Detectors:������ 14 parameters (FSC, SSC and 12 Fluorescent) FITC, PE, PETR, PerCP-Cy5.5, PECY7,BV421, BV510, BV570, BV605, APC, Alexa 700, APC-Cy7 Safety:������������ Baker Class II Biosafety Cabinet The instrument shall:� 1.use a disposable microfluidic flow cell and sorting nozzle (sorting chip). Sorting chips need to be available in three nozzle sizes: 70 �m, 100 �m, and 130 �m. This allows for quick sample changes between infectious and non-infectious samples. 2. perform completely automated alignment and focusing of the sorting chip to the lasers and detectors (light� � � � � � � � � � � scatter and fluorescence).�� This allows for easier instrument setup so that multiple users can operate the� � � � � � � � � � � � � � instrument. 3. perform completely automated laser delay calibration, droplet breakoff optimization, sort stream position� � � � � � � � � � � � adjustments, and sort delay calibration.�� This allows for easier instrument setup so that multiple users can� � � � � � � � � � � � operate�the instrument. �4.� perform completely automated sort monitoring with droplet breakoff control. An integrated high-resolution� � � � � � � � � � � �video camera provides real-time monitoring and color-coded status information. This allows for increased sort� � � � � � � � �accuracy. 5.� maximize droplet breakoff stability by automatically maintaining the temperature of the sheath fluid as it is delivered to the sorting chip. Temperature control is necessary to increase stability of the sort stream and droplet breakoff. 6.� provide a completely replaceable sample delivery path. The sample probe, sample line, and sorting chips must be disposable. These components must be available as sterile single-use items. This allows for the ability to quickly change between sample types with minimal instrument cleaning. 7. have software that includes wizard-driven procedures for start-up, calibration, quality control, shut-down, sorting� � � chip exchange, sample line exchange, maintenance, and cleaning procedures.� The software requirement is� � � � � needed to enable less experienced operators to successfully perform sorts with this instrument. 8. have four lasers (488 nm, 638 nm, 405 nm and 561 nm). These laser wavelengths are needed to excite fluorescent dyes that are currently used in the Core Facility. 9. support a wide variety of sample delivery formats including 0.5 mL, 1.5 mL, 5 mL and 15 mL tubes. The sample chamber must have the option be cooled to 5�C, left at ambient temperature, or heated to 37�C by an integrated thermoelectric system. Periodic automated sample mixing can be enabled by the operator. Having multiple sample delivery options is critical because of the wide variety of sample types used in the Core Facility. 10. have a Sort Deposition System (SDS) that provides single and multi-cell sorting into 6, 12, 24, 48, 96 and 384-well culture plates or PCR tube arrays. Must have an index feature that records and plots the measured light scatter and fluorescence intensities of each sorted cell. Must have the ability of the well location and intensity values of each cell to be exported to a spreadsheet. This sample deposition unit is the main reason for the selection of this cell sorter.� The built-in capability for 384-well plates and PCR plates is a critical requirement. 11.� fluidics cart will weight sensors to monitor the level of sheath fluid, waste fluid, water, bleach, and ethanol in each tank. The fluidics cart is on wheels for safe and easy manipulation of containers during fluid replacement or disposal.� The fluidics system must be able to monitor sheath levels to protect the fidelity of the sorts. 12. have Baker Class II Biosafety Cabinet for the cell sorter. The Class II Biosafety cabinet is a requirement for all new cell sorter purchases for NIH.� The NIH Biosafety Sorting guidelines requires this type of biosafety containment. 13� Biosafety cabinet will have connections for fluidic lines and cables for the cell sorter. An integrated Biosafety Cabinet is required to function correctly with a cell sorter. The Biosafety cabinet will have an auxiliary side access sash for access to the cell sorter for service and maintenance. The ability to access the instrument inside the Biosafety Cabinet is necessary for maintenance and service. DELIVERY / INSTALLATION 41 Medlars Drive, Room C310A Bethesda, MD 20892 POC:� Katherine McKinnon or Robyn Washington Parks Phone:� 240-760-6659 Email: mckinnonkm@nih.gov� �parksr@intra.nci.nih.gov Item shall be delivered by September 30, 2020. 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. Deliveries will be logged in at the loading dock, and the loading dock contractor or Government The Sony MA900 cell sorter has been designed to accurately sort single cells into a 384 well format, in addition to being able to perform standard cell sorting into tubes and 96-well plates.� It has the unique qualifications of being the only cell sorter with a specific 384-well cell deposition unit.� In addition, it is the only cell sorter that has the ability to temperature control the sorting chamber between 5�C and 37�C.� It also is the only cell sorter with a disposable microfluidic flow cell and sorting nozzle.� This is critical for the use of this sorter with infectious samples. 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 August 26, 2020.� All responses and questions must be in writing and faxed (240) 276-5433 or emailed to William Neal, Contracting Officer via electronic mail at william.neal@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: 75N91020Q00080 on all correspondence.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a89ce4919b60429fb53b96eaf4474105/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05764778-F 20200821/200819230157 (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.