SOLICITATION NOTICE
66 -- Purchase of One (1) Brand Name Cytek Aurora 5L with Automated Micro-Sampling System (AMS) for the Study of Lymphoid Malignancies
- Notice Date
- 7/31/2023 1:10:36 PM
- Notice Type
- Solicitation
- Contracting Office
- NIH NCI Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N91023Q00150
- Response Due
- 8/3/2023 9:00:00 AM
- Archive Date
- 08/18/2023
- Point of Contact
- David Romley, Phone: 2402767822
- E-Mail Address
-
David.Romley@nih.gov
(David.Romley@nih.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Department of Health and Human Services (HHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research, �has a need for One (1) Brand Name Cytek Aurora 5L with Automated Micro-Sampling System (AMS) for the Study of Lymphoid Malignancies This is a Combined Synopsis/Solicitation for commercial items, prepared in accordance with the format in�Federal Acquisition Regulation (FAR) subpart�12.6, as supplemented with additional information included in this notice, and shall be processed in accordance with FAR Part 13� Simplified Acquisition Procedures. This announcement constitutes the only solicitation that will be provided in relation to the stated need contained herein. This solicitation is issued as a Request for Quote (RFQ) and includes applicable provisions and clauses in effect through FAR Federal Acquisition Circular (FAC) 2023-04 (6/02/2023). This requirement is a Total Small Business Set-Aside. The requirement�s North American Industry Classification System (NAICS) code is 334516 Analytical Laboratory Instrument Manufacturing with a size standard of 1000 employees. One Firm-Fixed-Priced award is anticipated to be made as a result of this solicitation.�� BACKGROUND This acquisition is part of start-up ordering for initial equipment and reagents for a new laboratory conducting translational research for novel therapies for T-cell Non-Hodgkin Lymphoma at the Lymphoid Malignancies Branch, Center for Cancer Research, National Cancer Institute, National Institutes of Health (NIH).� The laboratory investigates how molecular aberrancies alter homeostatic mechanisms in non-malignant immune cells as well as how immune cells can be harnessed to eliminate hematopoietic malignancies. The laboratory also profiles biospecimens collected in clinical trials for the presence or absence of specific cell populations or functional markers. TYPE OF ORDER This shall be issued as a Firm Fixed-Price Purchase Order. � PURCHASE ORDER REQUIREMENTS PRODUCT FEATURES/SALIENT CHARACTERISTICS The following product features/characteristics are required: Type of experiments - the instrument must be optimized for research to detect discrete populations of lymphocytes and rare cells using >40 different fluorescent parameters simultanousely Footprint: due to limited space, the equipment must be a compact benchtop model not to exceed 60 x 65 x 55 cm (including automated sample loader). The flow cytometer must have 5 spatially separated lasers (UV/Violet/Blue/Yellow-Green/Red) to allow for simultaneous identification of 40 or more fluorescent parameters from clinical samples and research models using 65 avalanche photodiodes with advanced spectraul unmixing technology to resolve these populations in real time during acquisition. High-throughput sampling: The instrument must include an automated sample loader to allow high-throughput sampling for efficient conduct of the stated research goals. The automated multi-sample loader must be capable of loading 96-well plates.The automated multi-sample loader must be capable of loading 96-well plates. The automated multi-sample loader must be capable of stable temperature control to 4�C for sample plates while they await acquistion Economic maintenance: The equipment must be capable of using deionized (DI) water as sheath fluid for fast, effective and economic daily cleaning and operation. Hardware, Software: Hardware shall include one (1) computer workstation (desktop and monitor) with Windows 10 (or higher) operating system that is capable of realtime signal unmixing to visualize discrete cells using >40 fluorscent parameters simultaneously. Due to high autofluorescence of lymphoid biospecimens, the associated software must be capable of eliminating such autofluorescence from data to enhance resolution. Cytek Aurora 5 Laser UV/V/B/YG/R, 64+3 channels; includes: 5-laser flow cytometer Desktop workstation Analysis software (SpectroFloTM) with one (1) additional copy Fluidic reservoirs 2-year warranty Cytek Auto Micro-Sampling System (AMS) 1.5; includes: Micro-sampling system 2-year warranty The Contractor must trade-in one (1) existing flow cytometry system as part of this requirement. The trade-in includes one (1) BD FACS Calibur, Serial No. E20200207 in fair condition (purchased September 2005). Additional Requirements Must include a minimum of 12-month manufacturer�s warranty on my components. Other�s parts required additional manufactury warranty. Quotes must include all shipping costs. NOTE: NCI will not be responsible for any shipping charges not listed in the quotation. TRAINING Training shall be completed within 14 days of equipment delivery and installation. DELIVERY / INSTALLATION WARRANTY In addition to the Implied warranty contained in FAR Clause 52.212-4, the Contractor is encouraged to provide express warranties. At a minimum, the Contractor shall provide a 12-month warranty from date of final installation on all equipment and associated items provided under, or as a part of this purchase order. The warranty shall include repair and or replacement of parts, including travel, labor, and materials, at no additional cost to the Government. The warranty shall not exclude or limit the Governments rights for an Implied warranty as established in the terms and conditions of clause 52.212-4.� DELIVERY GUIDANCE The Contractors shall communicate and follow instructions from the Technical Point of Contact (TPOC) to coordinate delivery, installation and training. 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. INSPECTION AND ACCEPTANCE Pursuant to FAR Clause 52.212-4, all items to be delivered in relation to this Purchase Order are subject to final inspection and acceptance by an authorized representative of the Government. The authorized representative of the Government is the TPOC who is responsible for inspection and acceptance of all services, materials, or supplies to be provided by the Contractor. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d940e88006e349899e2fed08a7392c59/view)
- Place of Performance
- Address: MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06770467-F 20230802/230731230050 (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 |