Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2009 FBO #2798
SOLICITATION NOTICE

66 -- Vi-CELL XR (Extended Range) Complete System

Notice Date
7/23/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-PB(HG)-2009-246-MKL
 
Archive Date
8/13/2009
 
Point of Contact
Melissa K. Lombardo, Phone: (301) 435-0370
 
E-Mail Address
ml363x@nih.gov
(ml363x@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format specified 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. This solicitation number is NHLBI-PB(HG)-2009-246/MKL and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-35. The North American Industry Classification System (NAICS) Code is 334516 - Analytical Laboratory Instrument Manufacturing, and the associated small business size standard is 500 employees. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. However, this solicitation is not set-aside for small businesses. It is the intent of the National Institutes of Health (NIH), National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisitions (OA), for the National Human Genome Research Institute (NHGRI) to negotiate and award a purchase order, on a sole source, noncompetitive basis to Beckman Coulter, Inc., 4300 N. Harbor Boulevard, Fullerton, CA 92835-1091, to procure the laboratory equipment specified below. ViCELL XR (Extended Range) Complete System Item Number: 731050 - System includes: • The Vi-CELL XR 12-Sample carousel fully automated Cell Viability Analyzer, with Trypan Blue, providing: cell concentration, cell size distribution (2-70 um), percent viability, bioprocess tracking, autofocusing, enhanced imaging, and speed. • Software with 21 CFR Part 11. • Pentium PC with FireWire Card. • Computer Flat Screen Monitor. • Vi-CELL XR Quad Pak reagent (4 reagent packs and 8 bags of 120 sample vials). • Vi-CELL Concentration Control. The Cell Signaling Lab, in the Genetic Diseases Research Branch, of the NHGRI requires a unique piece of equipment that can quickly, accurately, and reproducibly count multiple cell suspensions at one set-up for high throughput analysis. The Vi-CELL XR has been extensively tested by the research investigators in the laboratory and meets the scientific needs of the Lab. The Vi-CELL XR is an automated system, designed to analyze multiple cell samples at once, which represents a significant time savings for the researchers analyzing the cell samples. The Cell Signaling Lab has generated extensive quantities of data from a temporary loaner Vi-CELL and found that it is the only instrument that is able to provide accurate cell counts required to maintain continuity of the research being conducted. Alternative multi-cell counters have been tested by the Lab, and as a result, were found to lack the ability to perform multi-cell sample, live-dead analysis and the capability to load the multi-cell samples and then walk away from the unit. The Vi-CELL XR is the only known commercially available system that can accurately analyze multiple cell samples at once, with the capability to load-then-walk-away from the unit. Beckman Coulter, Inc. is the sole manufacturer of the Vi-CELL XR System. The Vi-CELL XR is the only instrument that combines all of the features below in a single package. • Automates the Trypan Blue Dye Exclusion Method • Viability Range: 0 - 100% • Concentration Range: 5 x 10 to 1 x 10 cells / mL • Range: 2 um - 70 um • Minimum Sample Volume: 0.5 mls • Analysis Time: 2.5 minutes • Auto Focus Camera • 1394 X 1040 CCD array • Firewire Camera • Image Zoom Capability • Bioprocess Tracking for Multiple Runs • Filled Cup Dispense Tray Flagging • Out of Range Concentration Flagging • Circularity Measurement • User defined Declustering Measurement • Non-Viable Cell Declustering Measurement • Operator Selectable Aspiration and Staining Mixing Cycles • Export Multi-run files to Microsoft Excel Software • 21 CFR Part 11 Enabled • Self contained, Validated Reagent Package The provisions of FAR Clause 52.212-1, Instructions to Offerors-Commercial Items and FAR Clause 52.212-2, Evaluation--Commercial Items are applicable to this acquisition. A purchase order award will be made to the Offeror whose product meets the Government's minimum performance specifications, functional specifications, and delivery date. A best buy analysis will be performed taking into consideration price, shipping points, technical specifications, special features, trade-in considerations, probable life of the item selected, as compared with that of a comparable item, warranty considerations, maintenance availability, delivery terms, and past performance. In addition to a price quote, the Offeror must submit descriptive literature of the product proposed, a commercial price list, warranty provisions, and any other information the Offeror considers relevant to the Government's evaluation of the product proposed. The Government intends to evaluate the quotes and award the purchase order without discussions with Offerors. Therefore, the initial offer should contain the Offeror's best terms, from a technical price standpoint. However, the Government reserves the right to conduct discussions, request product samples or demonstrations, if later determined by the Contracting Officer to be necessary. The Government may reject any and all offers if such action is deemed necessary. The Offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications--Commercial Items with its offer. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items and FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items Deviation for Simplified Acquisitions are applicable to this acquisition. This action is under the authority of 41 U.S.C. 253(c)(1), as set forth in FAR 6.302-1 and HHSAR 306-302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." Interested parties may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive quotations; however, all responses received within 7 calendar days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. The offeror must include in their quotation, the unit price, the list price, shipping and handling costs, the delivery period after purchase order award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. Note: In order to receive an award from the NHLBI, contractors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the Government with the product specified in this synopsis should submit their quotation to the below address. Quotations will be due seven (7) calendar days from the publication date of this synopsis, or by July 29, 2009 at 5:00 p.m., Eastern Standard Time. The quotation must reference Solicitation number NHLBI-PB(HG)-2009-246/MKL. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Heart, Lung, and Blood Institute, 6701 Rockledge Drive, Room 6148, Bethesda, Maryland 20892-7902, Attention: Melissa K. Lombardo. Proposals may be submitted electronically to: lombardm@nhlbi.nih.gov. Faxed copies will not be accepted. Contracting Office Address: National Institutes of Health, National Heart, Lung, and Blood Institute, 6701 Rockledge Drive, Room 6148, Bethesda, MD 20892-7902. Point of Contact: Ms. Melissa K. Lombardo, Contract Specialist; 301-435-0370.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-PB(HG)-2009-246-MKL/listing.html)
 
Place of Performance
Address: Fullerton, California, 92835-1091, United States
Zip Code: 92835-1091
 
Record
SN01884983-W 20090725/090723235842-308936bc2a03f4f295d0ce9c79b76744 (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.