Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2006 FBO #1733
SOLICITATION NOTICE

66 -- BD FLOW CYTOMETER LSR ll LASER UPGRADE

Notice Date
8/23/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817
 
ZIP Code
20817
 
Solicitation Number
Reference-Number-NOI-RML-6049
 
Response Due
9/7/2006
 
Archive Date
9/22/2006
 
Description
This notice is a combined synopsis/solicitation, Notice of Intent. The Government intends to negotiate on a sole source basis with BD Biosciences, for a BD flow cytometer upgrade, in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are not being requested and a written solicitation will not be issued. Submit offers on NOI-RML-6049. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 dated 8/4/06. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this procurement is 334516 and the small business size is 500. SCHEDULE: The Rocky Mountain Laboratories(RML) is in need of a BD LSR ll Laser upgrade to our BD flow cytometer. SCHEDULE: The contractor shall provide to the RML services to construct and provide a functional LSRII system capable of 18 bit fluorescent data resolution, 96 and 384 well capability for sample processing, and expandability for more lasers and greater sensitivity. The contractor shall install a LSRII system compatible with, and as an upgrade to our existing and functional BD FACsAria system. The LSRII system shall use a 5(five) decade log display to provide a greater dynamic range in which to measure fluorescence. The LSRII system shall have 18(eighteen) bit data resolution for greater discrimination of fluorescent measurements and no requirements for external water, air, or vacuum. Included shall be Fluorescent signals to be processed at 10(ten) million times per second to provide more information per fluorescent pulse, and a mathematical computation of spill-over values generated by controls to establish proper compensation. The LSRII system shall not require laser re-alignment. The LSRII system must use fiber-optic coupled fluorescence transmission to octagon and trigon collection optics utilizing light reflection, rather than light transmission to increase fluorescent sensitivity. The LSRII system shall be capable of routing fluorescence generated from one laser to either a trigon or an octagon depending upon the application, and it must use gel-coupled flow cell for light collection for increased fluorescence sensitivity. The LSRII system shall be capable of using fiber-optic cable to transmit fluorescent light from the flow cell to the detectors so as to minimize light loss. The LSRII system must be able to trigger off on any parameter, from any laser or combination of parameters, using Boolean logic from any lasers for better particle detection capability. The LSRII system shall contain 2(two) lasers, but be upgradeable to 5(five) laser capability with 5(five) separate laser beam spots to minimize fluorescent overlap. The LSRII system shall be capable of simultaneously measuring fluorescent area, height, width and time from any fluorescent pulse. The LSRII system must be able to compensate (subtract spectral overlap between parameters) while collecting data and retrospectively after data collection. The LSRII system shall be capable of collecting samples from 96 well plates and 384 well plates, and compensation shall be based upon the experiment, not by eye or how it looks. The LSRII system shall be capable of collecting 8(eight) simultaneous fluorescent colors, and be upgradeable to collect 20(twenty) simultaneous fluorescent colors. The LSRII system shall offer the capability to use unique bi-exponential display for better visualization of the negative-dim fluorescent events being measured. The LSRII system must have fully digital data collection with no analog logarithmic amplifiers for superior data resolution and accurate (and linear) fluorescent measurements in low and high range (logarithmic amplifiers introduce error at low and high range fluorescence). This shall be a 4-week delivery where the final product shall be the installation of an LSRII system compatible with our existing BD FACSAria. Delivery shall include installation and warranty. FOB Point shall be Destination, Hamilton, MT. Delivery location is Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, MT. The following FAR provisions and clauses apply to this acquisition: (B)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation; 52.212-1 Instructions to Offerors Commercial Items; FAR52.212-2 Evaluation Commercial Items; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52-212.5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items; 52.204-9 Personal Identity Verification of Contractor Personnel. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall have posted their FAR 52.212-3 Offerors Representations and Certifications Commercial Items at website http://orca.bpn.gov. Award will be based on the capability of the item offered to meet the above stated salient characteristics, delivery, price, and the best value to the government. Offers may be mailed to Julienne Keiser at Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, Mt 59840, faxed to the POC indicated above (Fax - 406-363-9288), or e-mailed at (JKeiser@niaid.nih.gov). Offers must be submitted not later than 4:30 PM (MDST), 9/7/06. Copies of the above-referenced clauses are available from http://www.arnet.gov/far/current/html/52_000_107.html or upon request, either by telephone or fax. All responsible sources may submit an offer that will be considered by this Agency.
 
Place of Performance
Address: ROCKY MOUNTAIN LABORATORIES, 903 S. 4TH STREET, HAMILTON, MT
Zip Code: 59840
Country: UNITED STATES
 
Record
SN01123107-W 20060825/060823220423 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.