Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 23, 2023 SAM #7908
SOURCES SOUGHT

66 -- Request for Information

Notice Date
7/21/2023 1:33:05 PM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
ARMY MED RES ACQ ACTIVITY FORT DETRICK MD 21702 USA
 
ZIP Code
21702
 
Solicitation Number
HT9425-23-Q-0111
 
Response Due
7/27/2023 7:00:00 AM
 
Archive Date
08/11/2023
 
Point of Contact
Jeffrey Flook, Phone: 2403138523
 
E-Mail Address
jeffrey.l.flook.civ@health.mil
(jeffrey.l.flook.civ@health.mil)
 
Description
������������������������������������������������������������������ Request for Information ���������������������������������������������������������������� Four-Color Flow Cytometer The U.S. Army Medical Research Acquisition Activity (USAMRAA) in support of the U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID) issues this Request for Information to support the acquisition of a new Flow Cytometer system to support a pivotal USAMRIID mission.� The expectation is that any RFI submission will address software licenses, workstation, reagent containers, and starter kits that are part of a Flow Cytometer system. At a minimum, the four-color flow cytometer submission must provide the following: 1.�� �Must not exceed a footprint greater than 35�W x 20�D x 20�H for the flow cytometer and the High Throughput Sampler. 2.�� �Must have a minimum of four excitation lasers (405nm, 488nm, 640nm, 561nm) at 100mW output power to maximize fluorophore options and detections sensitivity 3.�� �Must have a minimum of 25 detection channels to maximize signal detection and provide flexible configuration options: Forward scatter (FSC), side scatter (SSC) and 25 fluorescent detection channels 4.�� �Must have 25 independent silicon photomultipliers (SiPM) detectors for collecting and processing signals from each of all 25 fluorescent channels 5.�� �Must be able to detect and resolve particles of size down to 100nm with FSC and SSC 6.�� �Must have a sample acquisition rate of 100,000 events/seconds to enable rapid data acquisition � 7.�� �Must have a robust, modular and automated means of sample acquisition and processing that enables use of the following formats: ������� a.�� �stationary single tube holder with 12x75mm falcon tube ������� b.�� �stationary single e-tube holder with 1.5mL or 2mL Eppendorf tube ������� c.�� �Automated sampler with: �������������� i.�� �12x75mm tube (with ACEA 40 tube rack) ������������� ii.�� �1.5- and 2.0- mL Eppendorf tubes (workable with ACEA 40 tube rack) ������������ iii.�� �Standard 96-well plates (V-bottom, U-bottom, flat-bottom) ������������ iv.�� �Standard 24-, 48-, 384-well plates 8.�� �� Must have a fluorescence threshold sensitivity of FITC 0.99 10.�� �Must have spatially separated beams with 10x60uM small beam spot to minimize emission signal overlap 11.�� �Must employ user-exchangeable filters with embedded �smart� sense to prevent errors 12.�� �Must have fixed optics, requiring no operator alignment 13.�� �Must have a 7.2 log dynamic range, eliminating the need to set detector voltages and simplifying instrument setup 14.�� �Must have low carryover at < 0.1% volume 15.�� �Must have absolute cell count capability and counting performance of <5% CV 16.�� �Must employ a retractable probe and a built-in probe decontamination fluidics system to eliminate the possibility of cross-contamination between samples during acquisition 17.�� �Must employ a full-featured, robust software package enabling: �������� a.�� �Operation, maintenance and troubleshooting of the flow cytometer �������� b.�� �Both data acquisition and analysis that is fully integrated into the flow cytometry system and offers all the tools needed to collect and analyze data �������� c.�� �Data export in FCS 3.0, FCS 31, and CSV formats for third-party software analysis �������� d.�� �Drag-and-drop software templating function allows for rapid application of settings and analysis across multiple samples �������� e.�� �Automatic compensation and a quick compensation function allow for rapid generation of compensation matrices. �������� f.�� �The ability to acquire and analyze data simultaneously. The North American Industry Classification System (NAICS) for this requirement is 334516 � Analytical Laboratory Instrument Manufacturing and PSC 6632 � Analysis Instruments, Medical Laboratory Use. Please note this Request for Information (RFI) is for informational purposes only, and no contract will be awarded as a result.� A firm or organization�s response to the RFI � or lack thereof � will have no impact on the evaluation of responses to any subsequent Request for Proposals (RFP) released.� � A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. Information received in response to this notice will be considered solely for market research purposes to determine whether a full and open competitive procurement or a small business set-aside procurement is in the best interest of the Government. All submission responses to this notice shall be emailed to Jeff Flook, at jeffrey.l.flook.civ@health.mil. . Capability statements are due, in writing, to the email address listed above no later than 10:00 AM EST, 27 July 2023. Capability statements shall be submitted via email ONLY as Microsoft Word or Adobe PDF attachment. No phone calls will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e81585247c0e4d338fcd690caab983a6/view)
 
Place of Performance
Address: Frederick, MD 21702, USA
Zip Code: 21702
Country: USA
 
Record
SN06759549-F 20230723/230721230050 (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.