Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2006 FBO #1746
SOLICITATION NOTICE

66 -- Flow Cytometer

Notice Date
9/5/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH06-P-0898
 
Response Due
9/12/2006
 
Archive Date
11/11/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Item: Flow Cytometer Minimum Essential Characteristics Needed: 1. The system shall be truly a bench top flow cytometer with all optics, electronics, and fluidics to be housed in the main sensor head. The system must include dual laser operation, cell sorting, and built in automatic 96 well sample acquisition with bi directional software control. 2. The computer system which operates the cytometer shall consist of a Macintosh Power PC Model G5, with autogating and autocompensation software included. 3. The basic system shall employ an Argon Ion Laser emitting 15 mw of energy at 488nm with five detectors for the measurement of up to 3 colors. A 4th color option shall be included utilizing a secondary diode laser emitting 3mw of energy at 635nm. 4. The dual beam laser system shall be alignment free with both spatial and temporal separation of the beams. In addition, the second beam shall be time-gated. 5. The system shall support an inter-beam compensation network. 6. The system shall have the capability to trigger on up to 2 parameters simultaneously. 7. The system shall include unidirectional cell sorting. Sort collection shall be into 50ml Centrifuge Tubes, Tissue Culture Vessels, or Filters via the Cell Concentration Module. 8. The system shall have continuous flow fluidics with at least three pre-programmed rates: 12, 55 and 60ul/min. 9. The system shall be upgradeable to automated sample handling by the employment of a 40 tube carousel. The Same Inlet Port shall be common to both automated sample handler as well as to the manual introduction of samples to minimize potential cross con tamination and carryover. 10. Batch processing must support automatic gate/region adjustments between samples to allow for sample to sample variations. 11. Must have the capability to support remote diagnostics and instrument control by the use of remote accessing software and modem. 12. Forty eight hour on site service support shall be guaranteed with local service available. 13. Flow cytometer must be of proven design and reliability with available uptime metrics. Products can be brand name or equal. If the quote is based on an equal, specifications shall be submitted along with the quote. Evaluation Criteria shall be low price, technically acceptable. Offerors shall be registered in the DOD Central contractor Registration (CCR). Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Only contractors regi stered in the Central Contractors Registration (CCR) can be awarded the contract. Offerors hall have electronic funds transfer capability. Offerors proposals shall be valid for a minimum of 30 days to be acknowledged in the offer proposal. In accordance with FAR 52.212-2  Evaluation of Commercial Items (Jan 1999) (a), The Government intends to make an award to the Contractor who submits the lowest, technically responsive proposal, and is deemed acceptable and responsible by the Contracting Officer. All FAR Clauses maybe viewed in full test via the Internet at http://farsite.hill.af.mil. The following FAR clauses and provisions apply to the RFP and are incorporated by references: FAR Clauses 52.202-1, Definitions, (Jul 2004); provision 52.212-1, Ins truction to Offerors  Commercial Items (Jan 2005); provision 52.211-6, Brand name or Equal (Aug 1999); provision 52.212-2 Evaluation  Commercial Items (Jan 1999); provision FAR clauses 52.212-4, Contract Terms and Conditions  Commercial Items (Oct 2003) ; FAR clause 52.1212-5 (DEV), Contract Terms and conditions Required to Implement Statutes or Executive Orders Commercial Items (Apr 2005). Point of contact for this project is Anthony Petrore, Contract Specialist, Telephone Number 301-619-1342. Responses should be forwarded to Anthony Petrore @ an thony.petrore@us.army.mil or via FAX 301-619-2505/2254. Deadline for response is Tuesday, September 12, 2006 at 5PM Eastern Daylight Savings Time.
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
Country: US
 
Record
SN01134159-W 20060907/060905220921 (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.