SOLICITATION NOTICE
66 -- Five Laser Flow Cytometry System
- Notice Date
- 6/13/2008
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Blvd., EPS Suite 600, Rockville, Maryland, 20852
- ZIP Code
- 20852
- Solicitation Number
- NCI-80095-MM
- Archive Date
- 7/8/2008
- Point of Contact
- Ashley L. Virts, , Melissa P Marino, Phone: 301-402-4509
- E-Mail Address
-
virtsa@mail.nih.gov, marinome@mail.nih.gov
- Small Business Set-Aside
- N/A
- Description
- The National Cancer Institute (NCI), Center for Cancer Research (CCR), plans to procure on a sole source basis a LSRII Five Laser Flow Cytometry System with BD Biosciences, 2350 Qume Drive, San Jose, CA 95131-1807. This acquisition will be processed under FAR Part 12 – Acquisition for Commercial Items and will be made pursuant to the authority in FAR 13.106-(b)(2) and 13.501-(a)(1) to use simplified procedures for commercial acquisitions. The North American Industry Classification System Code is 334516 and the business size standard is 500 employees. The Experimental Immunology Branch (EIB) Flow Cytometry Facility provides basic research support to members of the EIB as well as to investigators throughout CCR, NCI. Currently support is provided to about 75 users with 3 user-operated and 2 operator-run instruments manufactured by BD Biosciences. Each instrument supports multiple experiments each day, and each instrument is fully utilized. Demand for instrument time currently exceeds availability. The following salient characteristics apply to the LSRII Five Laser Flow Cytometry System: 1. Five lasers to include excitation with the following wavelengths: 355nm - 100mW power with power control 405nm - 100mW power with power control 488nm - 100mW power with power control 594nm - 50mW power 640nm - 40mW power All five lasers must be useable simultaneously. 2. Twenty detectors to include 18 colors and 2 scatter parameters simultaneously including all necessary band pass filters, long pass filters, fiber-optics, beam splitters and detectors. Spatial and temporal separation of emission signals from each of the 5 lasers to be maintained separate from that of all other lasers, even when operating all 5 lasers simultaneously. a.5 fluorescence and two scatter detectors off 488nm b.3 fluorescence detectors off 640nm c.6 fluorescence detectors off 405nm d. 2 fluorescence detectors off 355nm d.2 fluorescence detectors off 594nm 3.Optical filters to detect the following fluorescent dyes: FITC, PE, PE-TxRd, PerCP-Cy5.5, PE-Cy7, APC, APC-Cy5.5, APC-Cy7, Alexa594, HcRed, Hoechst, DAPI, INDO-1, SP, Pacific Blue, AmCyan, Qdot 565, Qdot 605, Qdot 655, Qdot 705, CFP. 4. Flow cell minimum diameter and length of 400 microns to permit analysis of very large cells, as well as smaller cells, with no user action required to switch between small cell analysis and large cell analysis. 5. Option available to purchase at later time multiwell plate (96 wells) high throughput sampler that changes wells automatically with less than 1% carryover. 6. To include digital electronics, digital electronic compensation (including algorithms for calculating multi-color compensation across all laser channels) and baseline restoration algorithm. To include computer system for digital data collection that can output data file compatible with FCS version 2 and FCS version 3 file standards. 7. Must incorporate, or must be compatible with commercially available Cytek Time Zero module, necessary temperature, mixing and injection options required to perform real time calcium flux analysis. 8. Must be truly benchtop in design such that no outside air, vacuum, or water supply is needed, and must operate independently on 120 volt electrical line. 9. Must have fixed alignment lasers that do not require daily alignment. JUSTIFICATION: 1.Statutory authority: Statute: 13.106-(b)(2) and 13.501(a)(1) (b) Soliciting from a single source. (2) For Sole source acquisition of commercial items in excess of the simplified acquisition threshold conducted pursuant to subpart 13.5, the requirements at 13.501(a) apply. The flow cytometer system from BD Biosciences is the only system known to the EIB that meets all the specifications described above. Continuity of research. The EIB Flow Cytometry Facility has utilized BD instrumentation for more than 30 years. Thus, hundreds of protocols for BD instruments have been developed in the facility and published by facility users. Procurement of a BD instrument will allow facility staff and users to utilize these existing protocols whereas switching to a different manufacturer would require development of new protocols. Compatibility with existing computer software. The EIB Flow Cytometry Facility is currently developing new flow cytometry data analysis software that is compatible with BD file structures from the CELLQUEST and DIVA data collection software programs. Purchase of the BD LSR II will allow us to use this new software without modification to analyze files from the LSR II (DIVA data collection program). This is not a solicitation for competitive quotations. However, if any interested party believes they can meet the above requirement, they may submit a statement of capabilities. All information furnished shall be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the above unique specifications described herein. An original and one copy of the capability statement must be received in the NCI contracting office by 1:00 PM ET on June ___, 2008. All questions must be in writing and can be faxed (301) 402-4513 or emailed to Melissa Marino, Contract Specialist at marinome@mail.nih.gov. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, contractors must have valid registration and certification in the Central Contractor Registration (CCR) www.ccr.gov and the Online Representations and Certifications Applications (ORCA), http://orca.bpn.gov. No collect calls will be accepted. Please reference NCI-80095-MM on all correspondence.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1190638ef6c42900911b8be3c225042e&tab=core&_cview=1)
- Record
- SN01593267-W 20080615/080613220116-1190638ef6c42900911b8be3c225042e (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 |