|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17,1998 PSA#2160National Cancer Institute, Research Contracts Branch, PSAS, 6120
Executive Blvd, EPS/Room 638, Bethesda, MD 20892-7227 66 -- MULTI-LASER FLOW CYTOMETRY SYSTEM & MODIFICATIONS TO EXISTING
FLOW CYTOMETRY SYSTEM SOL RFQ80184(NR) DUE 083198 POC Marsha Gorham,
Purchasing Agent, (301)402-4509 & Todd Cole, Contracting Officer The
National Cancer Institute (NCI) plans to procure a new multi-laser flow
cytometer system and modifications to its existing system from Becton
Dickenson Immunocytometry Systems (BDIS), 2350 Qume Drive, San Jose, CA
95131-1807. This is a combined synopsis/solicitation for commercial
items, prepared in accordance with the format in FAR 12.6, as
supplemented with additional information included in this notice. This
announcement constitutes the only solicitation and a separate written
solicitation will not be issued. The solicitation includes all
applicable provisions and clauses in effect through FAR FAC 97-06 The
acquisition is being made in accordance with the test program for using
simplified procedures for certain commercial items authorized in FAR
13.5. The Standard Industrial Classification Code is 3826 and the
business size standard is 500 employees. However, this requirement is
not set-aside for small businesses. A. Background The Experimental
Immunology Branch (EIB), DBS/NCI, currently usesone multi-laser, highly
modified Becton Dickinson FACSTAR Plus research instrument (SN#90253)
with cell sorting capabilities and 3 user-operated single laser
bench-top flow cytometers in its research. The Branch requires a new
multi-laser flow, high-speed cytometry system and high-speed
modifications to its existing system to increase its cell sorting
capabilities. The new system must be capable of performing all cell
analysis/sorting experiments available with the existing instrument,
including multi-color (up to 7 simultaneous colors) immunofluorescence.
The new system must also provide capabilities not available with the
existing instrument such as identification and sorting of cells
transfected with blue fluorescent protein gene constructs and recording
of single cell data of cells sorted into micro-titer plates. B.
Requirements The integrated system that NCI plans to procure from BDIS
includes the following components: 1) a FACS Vantage/SE Cell Sorter
with FACStation; 2) a Turbo Sort -- Plus HighSpeed Cell Sorting Option
for FACS Vantage/SE; 3) a Clone -- CYT -- Plus Automated Cell
Deposition System Option; 4) an Innova Model 302C Krypton Laser for
FACS; 5) an Innova Model 305C 5W Argon Laser for FACS; 6) an Innova
Model 306C 6W Argon Laser for FACS; 7) Coherent 599 Dye Laser for FACS
Vantage/SE; and 8) a Turbo Sort-Plus High Speed Cell Sorting Option
for the existing EIB FACSTAR Plus Cell Sorter; and 9) equipment for the
FACS Cell Sorter such as filters, detectors, optics, laser mounts,
cross beam compensation, pulse processors, log offset modules, and
dichroic beam splitters to support the utility of the system. However,
if any interested party believes that it can meet the above
specifications, it may submit an offer to Marsha Gorham at the address
above. The brand/models listed above establish a standard of quality,
and NCI will consider offers for these systems and components or their
equals. The successful offer must also meet the following functional
specifications and requirements: I.The flow cytometer must provide: 1)
a stable platform and electronic controls for the alignment and
simultaneous operation of 3 lasers: one water-cooled argon laser, one
water-cooled krypton laser, and one water-cooled argon laser acting as
a pump for a dye laser; 2) detectors, electronics, appropriate
hardware, dichroic mirrors and filters to support the detection of 2
scatter parameters (forward and 90 degrees) and 8 fluorescence
parameters, including 4 fluorescence channels from the primary argon
laser, 2 fluorescence channels from the dye laser, and 2 fluorescence
channels from the krypton laser. A minimum of 8 channels (operator
selectable) must be capable of simultaneous operation for analysis and
sorting; 3) simultaneous pulse processing (pulse area, pulse width,
ratio) of all 6 detector signals to detect doublets or as required
experimentally; 4) crossbeam compensation to correct for excitation of
fluorochromes by multiple lasers, to include a minimum of 32
simultaneous corrections functional during cell sorting; 5) optical
filter set for use in measuring calcium flux with Indo-1 excited by
ultraviolet light; 6) software and hardware which provides for
non-rectangular sort gate definition based on Boolean logic
combinations of up to 8 regions of various sizes and shapes defined on
dual parameter plots, including multiple (up to 8) plots of
compensated (inter- and intra-beam) data; 7) high speed cell sorting
capability meeting or exceeding sorting of populations at a 25,000
events/sec (threshold plus abort) rate; 8) automated deposition system
including software and hardware to allow for user defined sorting of
0-999,999 cells per position within microtiter trays or sorting to
slides or other user defined devices; 9) software to record measured
parameter values of individual cells deposited in microtiter trays for
correlation of measured values with deposition site; 10) large
particle sorting (up to 100 microns) with 200, 300 or 400 micron
orifice tips; 11) stainless steel, autoclavable sheath and water
reservoirs and capability of disinfection of entire fluid course to
provide aseptic cell sorting; 12) hardware and software compatibility
with Macintosh computer-based data transfer via network for remote data
storage, archiving and analysis, including compatibility with data
analysis on Macintosh based computers; 13) computer hardware and
software to perform instrument control, data collection and data
analysis; 14) on-site installation including set-up, laser installation
and optical alignment by qualified field engineer; and 15) one year
on-site parts and labor warranty on flow cytometry system. II. The
Laser Systems must provide: 1) a primary argon laser to be Five-Watt
Argon- Ion water cooled laser tunable to 488nm, 514.5nm and 457.9 nm
with 400 mW ultraviolet, to include metal/ceramic plasma tube and
automatic active-cavity stabilization and remote control; 2) 2 Watt
Krypton Ion water-cooled laser with remote control and with actively
stabilized beam positioning system, configured with a tuneable prism
assembly for single wavelength selection from 350nm to 415nm with 250
mW ultraviolet (350.7nm) and 250mW 406.7nm; 3) pump laser for dye laser
to be water-cooled Six-Watt Argon Ion laser with automatic
active-cavity stabilization and remote control and with multi-line
(458-514nm) output of 6 Watts; 4) CW tunable dye laser with high
pressure dye circulator, sapphire nozzle, 3-plate birefringent filter
tuning element and optics set for operation with Rhodamine 6G dye and
to provide visible output between 580nm and 620nm with Rhodamine 6G; 5)
on-site installation in flow cytometry system; and 6) one year parts
and labor warranty on laser components. III. Modifications to BDIS's
existing FACSTAR Plus equipment (SN#90253) to provide: 1) fluidics
upgrade to provide operating range from 0 to approximately 50 psi; 2)
electronic modifications to decrease dead time to approximately 5
microseconds, to provide drop delay up to 60 drops with resolution to
0.1 drop, to increase dynamic range of drop drive frequency and to
increase charging resolution to accommodate increased drop drive
frequency; 3) drop deflection control modifications for increased
deflection plate voltage and to increase drop charging limit to 170
volts; 4) performance to meet or exceed 20K event rate (threshold plus
abort); 5) to include components required for large particle sortine
with 200, 300 or 400 micron orifice tips; 6) all modifications to be
compatible with existing, highly modified, Becton Dickinson
Immunocytometry Systems Multi-Laser FACStar Plus (SN 90253) controlled
by VAX/VMS computer; 7) certification that High Speed Sort
modification to existing instrument will not void existing OEM
maintenance; 8) modifications to be performed on site by qualified
field engineer; and 9) one year parts and labor warranty on new
components. All equipment shall be installed by the vendor and
warranted for a minimum warranty period of one year, including parts
and labor, as complete systems. Delivery shall be made F.O.B
Destination, inside delivery, no later than 90 days after receipt of
order, to the EIB Flow Cytometry Center, Bethesda, Maryland. C.
Provisions and Clauses The solicitation incorporates the provisions at
FAR 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS, and at FAR
52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL
ITEMS. The latter provision includes the DUNS Number Addendum. The
resulting contract will incorporate the requirements of the clause at
FAR 52.212-4, CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS, and
the requirements contained in paragraphs (a) and (d) of the clause at
FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT
STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS -- DEVIATION FOR
SIMPLIFIED ACQUISITIONS. The following FAR clauses cited in paragraph
(b) of the clause at FAR 52.212-5 are also applicable to this
acquisition: FAR 52.222-26, EQUAL OPPORTUNITY; FAR 52.222-35,
AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA VETERANS; FAR
52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES; FAR
52.222.37, EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS AND VETERANS
OF VIETNAM ERA; and FAR 52.225-3, BUY AMERICAN ACT -- SUPPLIES. Full
text copies of the representations and certifications or other cited
provisions and clauses may be obtained from Marsha Gorham on (301)
402-4509 or by fax on (301) 402-4513. D. Offers BDIS is the only source
known to NCI that can meet the requirements and provide comparability
to the existing BDIS system with full installation and a one year
warranty as indicated Offers must be submitted on an SF-18 or SF-1449
that is signed by an authorized representative of the offeror and
includes a completed "Schedule of Offered Supplies/Services." Offers
must be accompanied by a completed and signed "Offeror Representations
and Certifications -- Commercial Items -- with DUNS Number Addendum."
Offers must also be accompanied by descriptive literature, warranties,
and/or other materials that demonstrate that the offer meets the stated
requirements. Offers and related materials must be received in this
office by 2:00 pm EST on August 31, 1998. No collect calls will be
accepted. Please cite the solicitation number, RFQ-80184-NR, on your
offer. Posted 08/13/98 (W-SN236522). (0225) Loren Data Corp. http://www.ld.com (SYN# 0432 19980817\66-0015.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|