Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2023 SAM #7969
MODIFICATION

66 -- BD Symphony A5 SE Cell Analyzer

Notice Date
9/20/2023 12:30:08 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-NIAID-23-2178661
 
Response Due
9/25/2023 9:00:00 AM
 
Archive Date
10/10/2023
 
Point of Contact
Kathy Song, Phone: 301-761-7648, Tamara McDermott, Phone: 406-375-7487
 
E-Mail Address
kathy.song@nih.gov, tamara.mcdermott@nih.gov
(kathy.song@nih.gov, tamara.mcdermott@nih.gov)
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and Solicitation for Commercial Items�, as applicable, as supplemented with additional information included in this notice. �This announcement constitutes the only solicitation; (a written solicitation will not be issued) and quotations (quotes) are being requested. �The solicitation number is RFQ-NIAID-23-2178661 and the solicitation is issued as a Request for Quotation (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures, FAR Subpart 13.5 � Simplified Procedures for Certain Commercial Items. �The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-05 Effective September 7, 2023. The North American Industry Classification System (NAICS) code for this procurement is 334516- Analytical Laboratory Instrument Manufacturing with a small business size standard of 1,000 in employees. �This requirement is not set-aside for small business. �The Government anticipates making a single award Firm Fixed Price (FFP) purchase order. STATEMENT OF NEED The National Institute of Allergy and Infectious Diseases (NIAID), Vaccine Research Center (VRC) is seeking, on a brand name only basis, to acquire one (1) Becton, Dickinson and Company (BD) FACSymphony A5 SE Cell Analyzer system for its Flow Cytometry Core (FCC) facility.� Currently, eight (8) BD FACSymphony A5 cell analyzers are housed in the FCC facility to accommodate vaccine development and now SARS-CoV-2 related vaccine operations.� The 7th BD FACSymphony A5-SEp and oldest instrument is a spectral prototype, which was used in the development process for all other production versions and is now required to be replaced with a production unit.� The research projects supported by the FCC are complex and varied with a vast majority of experiments requiring increased cellular receptor measurement.� As such, the facility is required to maintain equipment that provides for a wide range of applications and that includes the ability to modify and adapt capabilities as new applications are developed.� In general, this requirement is satisfied by using instrumentation with a wide range of laser excitation wavelengths and power outputs combined with the ability to custom configure fluorescence detector capabilities. Specifically, NIAID, VRC is seeking one (1) BD FACSymphony A5 SE Cell Analyzer system that includes all the components listed in the attached Bill of Materials (BOM) and meets the technical requirements listed below: Has 5 lasers in the standard configuration with the potential of adding 4 lasers. Must contain simultaneous 50 parameter detection of 48 fluorescence markers plus forward scatter (FSC) and side scatter (SSC) signals. Upgradable to at least 60 parameters with increased laser capability. Must include a LED pulsing for Quality Control (QC) by measuring relative background and noise using automated voltage ranging. Must include a high throughput sampler (HTS) robotics. Must be able to do cluster cell analysis and automated gating from a cluster analysis platform (e.g., FlowSOM, Cell Explorer, tSNE and HyperFinder) and convert data into logical gating for the exiting S6 cell sorters. Must use high quality photomultiplier tubes (PMT) known as the GaASP and GaA.� These detects are tested in our prototype and are proven technology.� These detectors are compatible with our existing instruments and previous panel development.� Therefore, the impact on existing panels and future panels will be minimal. Utilizes an LED pulser for automated setup, monitoring, and quality control. Uses standard FACS-DIVA software, which is compatible with existing instruments, including the BD-S6 cell sorter.� This workflow pipeline is required for continuity of cellular genetic experiments. Can process Flow Cytometry Standard files in version.3.1 for transfer of data using area, height, and width signals. PERIOD OF PERFORMANCE Delivery of equipment is preferred as soon as possible and required within 90 days after receipt of award � December 29, 2023. �The total estimated period of performance is September 29, 2023 � December 29, 2023. SHIPPING/DELIVERY INSTRUCTIONS Delivery location is FOB Destination: Vaccine Research Center, 40 Convent Drive, Bethesda, MD 20814. �All equipment delivered shall contain a Packing Slip. INSTRUCTIONS All interested vendors shall provide a quote for the requirement as outlined above and in the attached BOM. �All quotes shall include price(s) (unit price, extended price, total price); shipping fees; trade-in offer if applicable; manufacturing country of origin of the products, including components; documentation demonstrating vendor is either the manufacturer or authorized distributor/reseller of the product(s); estimated date of delivery; point of contact: name, phone number & email; UEI#; Cage Code; business size under NAICS 334516; and payment terms. �Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. �The Government will evaluate only those quotes that fully meet the requirements as outlined above and respond to the solicitation instructions and requirements. �Failure to furnish a full and complete quote as instructed will result in the Quoter�s response being considered non-responsive and will therefore be eliminated from further consideration and award. Quotes must be submitted by 12:00 PM EST on September 25, 2023.� Quotes must be emailed to Kathy Song, Contract Specialist at kathy.song@nih.gov. �Late quotes will not be considered.� All responsible sources may submit an offer that will be considered by this Agency.� Any questions or concerns regarding this combined synopsis/solicitation should be emailed by September 21, 2023 at 3:00 PM EST to kathy.song@nih.gov.� Reference Solicitation ID: RFQ-NIAID-23-2178661 on your quote. EVALUATION NIAID will evaluate quotes to determine the best value to the government.� NIAID will make that determination based on technical acceptability, authorized reseller status, past performance, and price.� NIAID will evaluate past performance and price only for those authorized reseller quote(s) that are rated as technically acceptable. In the event authorized reseller quotes are evaluated as technically equal, past performance, and price will become major considerations in selecting the successful Quoter. SPECIAL NOTICE TO QUOTERS Quoters are advised that the Government may share your information with non-government personnel who are assisting with the evaluation of quotes. �The exclusive responsibility for source selection will reside with the Government. �By submitting your quote, you will be consenting to disclosure of your quote to non-government personnel for purposes of evaluation. ELECTRONIC INVOICING The successful vendor may submit an invoice once a shipment is delivered.� NIAID will only accept invoices for completed services and units that have been delivered to NIAID. NIH is using a phased transition approach from the NIH Office of Financial Management (OFM) Electronic Invoice Submission instructions to the Department of Treasury�s Invoice Processing Platform (IPP). �For contractors that have transitioned to IPP, the Contractor must submit invoices to the Department of Treasury's Invoice Processing Platform (IPP) at https://www.ipp.gov. �For contractors that have not transitioned to IPP, the Contractor shall submit invoices to the National Institutes of Health (NIH)/Office of Financial Management (OFM) via email at invoicing@nih.gov with a copy to the approving official until the Contractor has been notified of its transition to IPP.� PROVISIONS AND CLAUSES FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. �Upon request, the Contracting Officer will make their full text available. �The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. �In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. �Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/ FAR 52.203-18 � Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements � Representations (Jan 2017) FAR 52.204-7 � System for Award Management (Oct 2018) FAR 52.204-16 � Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.204-24 � Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26�� Covered Telecommunications Equipment or Services-Representation. (Oct 2020) FAR 52.209-7 � Information Regarding Responsibility Matters (Oct 2018) FAR 52.211-6�� Brand Name or Equal (Aug 1999) FAR 52.212-1 � Instructions to Offerors � Commercial Products and Commercial Services (Sep 2023) FAR 52.212-3 � Offeror Representations and Certification � Commercial Products and Commercial Services (Sep 2023) FAR 52.252-2 ��Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the�Contracting Officer�will make their full text available. Also, the full text of a clause�may�be accessed electronically at this/these address(es): https://www.acquistion.gov/ FAR 52.204-13 ��System for Award Management Maintenance (Oct 2018) FAR 52.204-18 � Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.204-21 � Basic Safeguarding of Covered Contractor Information Systems (Nov 2021) FAR 52.212-4 � Contract Terms and Conditions � Commercial Products and Commercial Services (Dec 2022) FAR 52.232-40 � Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) By reference the Department of Health and Human Services Acquisition Regulation (HHSAR) provisions and clauses that are applicable to this requirement. Copies are available from http://www.hhs.gov/policies/hhsar/: Provisions HHSAR 352.239-73 � Electronic and Information Technology Accessibility Notice (December 18, 2015) Clauses HHSAR 352.203-70 � Anti-lobbying (December 18, 2015) HHSAR 352.208-70 � Printing and Duplication (December 18, 2015) HHSAR 352.222-70 � Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) HHSAR 352.239-74 � Electronic and Information Technology Accessibility (December 18, 2015) By full text the Department of Health and Human Services Acquisition Regulation (HHSAR): HHSAR 352.232-71 � Electronic Submission of Payment Requests (February 2, 2022) The following additional clauses are applicable to this requirement and provided in full text as Attachments: FAR 52.212-5 � Contract Terms and Conditions Required to Implement Status or Executive Orders � Commercial Products and Commercial Services (Sep 2023) LIST OF ATTACHMENTS Attachment 1 � Bill of Materials (BOM) Attachment 2 � Full Text Clauses Attachment 3 � Brand Name Justification
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/db798529753d4e0ca296bbf3b7b79d32/view)
 
Place of Performance
Address: Bethesda, MD 20814, USA
Zip Code: 20814
Country: USA
 
Record
SN06838411-F 20230922/230920230801 (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.