SOURCES SOUGHT
66 -- BD Biosciences FACSCelesta BVR or Equal
- Notice Date
- 8/10/2023 9:15:49 AM
- Notice Type
- Sources Sought
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95023Q00429
- Response Due
- 8/14/2023 9:00:00 AM
- Archive Date
- 08/29/2023
- Point of Contact
- Rieka Plugge
- E-Mail Address
-
rieka.plugge@nih.gov
(rieka.plugge@nih.gov)
- Description
- SMALL BUSINESS SOURCES SOUGHT NOTICE #75N95023Q00429 Title: BD Biosciences FACSCelesta BVR or Equal Description:� This is a Small Business 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, to determine the method of acquisition, and availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality.� 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. Small businesses are encouraged to respond. For equipment/supply requirements, responses must include the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule). Background: The NINDS, which is an Institute at the National Institutes of Health (NIH), mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease for all people. The NINDS Neurosurgical Oncology Unit uses several molecular biology and biochemistry techniques in our scientific mission to better understand pathogenesis of gliomas and develop better therapies. While its investigators perform several assays such as cell cycle, a technology that provides rapid multi-parametric analysis of single cells in soluti , etc., the unit does not currently have instruments within itd group to efficiently and reliably do this work.� The BD FACSCelesta NINDS identified would allow its investigators to perform several assays in a single unit and will expand the repertoire of biochemical and molecular biology techniques the group will be able to perform. Purpose and Objectives: The purpose of this requirement is to procure a quantity of one (1) BD Biosciences FACSCelesta BVR or Equal for the Neurosurgical Oncology Unit within the National Institute of Neurological Disorders and Stroke (NINDS) to further its ongoing research for which it will provide seamless continuity between the new instrument and the existing NIH instruments such that data produce on one instrument will be reproducible to that from the other instruments. Project requirements: The significant, essential physical, functional, performance, or material element(s) that are the Government�s minimum acceptable standards for an equivalent BD Biosciences FACSCelesta BVR or equal Flow Cytometer Analyzer manufactured by BD Biosciences, to meet the government�s objective are as follows: The Flow Cytometer Analyzer shall: apability of 3 lasers, 14 parameters with 12 colors. state of the art fiber optics to carry the light/fluorescent signal from the flow cell for the PMTs. the polygon optical arrangement and three pinholes for up to three lasers. easily replaceable optical filters and mirrors for experimental flexibility. have sensitivity of <30 MESF-PE, <80 MESF-FITC and <75 MESF-APC (published specs) performing real-time statistics via the acquisition software. have the CS and T software for standardizing and QC the instrument. (Cytometer Setup and Tracking software).� Totally automates the QC of numerous parameters and alerts the user if a parameter does not meet specification and tracks the QC parameters over time. be capable of analyzing at least 30 logical gates. have digital electronics with acquisition speeds of 25000 events per second. use continuous flow of sheath fluid, no syringe-based systems, for looking at unlimited data volume or rare event analysis. Optional FACS Flow Supply System which has up to 20-liter capacity for sheath fluid and waste thus allowing the user to run the unit for long periods of time without needing to add Sheath fluid doing long runs may be added post installation. have a proven technical department with BSL-3 trained on-site service engineers. Other considerations: The Contractor shall provide an Original Equipment Manufacturer (OEM) certified technician to perform the setup and installation of the equipment. Warranty - The Contractor shall warrant that all computer equipment (computer, monitor) will be free from defects for a period of at least three (3) years from the date of installation, inspection by the Government, and acceptance. The Contractor shall further warrant that all electronic, optical and mechanical components will be free from defects for a period of at least five (5) years from the date of installation, inspection and acceptance by the Government. Warranty service shall include trouble-shooting capabilities based on complete knowledge of the entire system. Warranty shall not include routine or periodic maintenance services. Anticipated period of performance or delivery: Delivery shall be 90 days after receipt of order (ARO) Other important considerations: In case domestic sources are available and capable of fulfilling the Government�s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR 25. Capability statement /information sought. Companies that are small business set-aside concerns that believe they possess the capabilities to provide the required products or services should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately.� Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. 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 and 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. 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 Rieka Plugge, at e-mail address rieka.plugge@nih.gov. The response must be received on or before August 14, 2023, 12:00 P.M., Eastern Standard 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 www.sam.gov. 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://sam.gov/opp/ea536cc394bf4e5ba53cb48f1ac97649/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06786345-F 20230812/230810230100 (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 |