Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2009 FBO #2854
SOLICITATION NOTICE

66 -- Instruments and Laboratory Equipment-HyperCyt System

Notice Date
9/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
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, Maryland, 20817
 
ZIP Code
20817
 
Solicitation Number
RFQ9137
 
Archive Date
10/10/2009
 
Point of Contact
Daniel Herdman, Phone: 301-402-6338, Sylvia Kate - Robinson, Phone: 301-496-2607
 
E-Mail Address
herdmand@niaid.nih.gov, srobinson@niaid.nih.gov
(herdmand@niaid.nih.gov, srobinson@niaid.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
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; quotations are being requested and a written solicitation will not be issued. The solicitation number for this acquisition is RFQ9137 and is being issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-36. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a small business concern. All responsible sources may submit a bid, proposal, or quotation that will be considered by the agency. Small and disadvantage businesses are encouraged to submit a quotation for this requirement. The associated North American Industry Classification System (NAICS) Code 423450, which has a business size standard of 100. The National Institutes of Health, National Institute of Allergy and Infectious Diseases intends to procure a HyperCyt System to facilitate ongoing and future T-cell studies. The assay involves analyzing cells via flow cytometry. This system must allow an accelerated rate of sample delivery to the flow cytometers. This would give the ability to process large numbers of samples from vaccine studies and eliminates the current method of manually introducing individual samples to the flow cytometer. The systems sample handling technology must be versatile that it would enable commercially available flow cytometers to analyzes samples from 96- or 384 well plates in as little as 3 minutes and 12 minutes respectively, allows researchers to drain and analyze a well of its entire volume which prevents loss of precious cells due to the wasted dead volume necessary in all other plate loaders, conserves expensive reagents with use of low (<15 ul) total volume can be used. Samples the microplate in a continuous fashion, data analysis quickly performed on the entire plate using HyperView companion software. Instrument is compatible with most flow cytometers from difference manufactures which allows a single system to be used for multiple cytometers instead of having a separate plate loader for each cytometer. Simple connections to allow for switching between modes within minutes. The following instrument and products may be acquired under this acquisition: Item/Description/Quantity - 1) HyperCyt System to be comprised of the following components: autosampler; plate shaker and platform; autosampler control and hyperview data analysis software, license; and laptop computer - (Qty-1). 2) Additional Hyperview license- (Qty-2). 3) HyperCyt/Cytometer Software - (Qty-1) 4) Installation and Training - (Qty-1). The following factors shall be used to evaluate offers: 1) price, 2) warranty, 3) delivery, and 3) technical capability to meet required specifications. Place of delivery NIH/NIAID, Rockville, Maryland, 20852. The government will award a fixed price purchase order to the responsible contractor. The FOB terms are "destination" therefore any offer should include shipping costs as a part of the total contract. The following FAR provisions and clauses apply to this acquisition: FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instructions to Offerors -Commercial Items; FAR 52.212.3, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contractor Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR 52.232-33 Payment bu Electronic funds Transfer - Central Contractor Registration. A completed copy of provisions at FAR 52.212-3 Offerors Representations and Certifications - Commercial Items must be included in your package. In order to be considered for an award, offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at: www.ccr.gov/ 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. [Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award]. Copies of the aforementioned clauses are available upon request by telephone to Mr. Daniel Herdman at (301) 402-6338. Offers must be submitted no later than 5:00 PM Eastern Daylight Time (EDT) September 25, 2009 to Mr. Daniel Herdman. For delivery through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Suite 2NE52C/MSC 4812, Bethesda, Maryland 20817-4812. Collect calls or Electronic submission will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ9137/listing.html)
 
Place of Performance
Address: NIH/NIAID, Rockville, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN01954913-W 20090917/090916000642-ecc6ced4df60ec5166be97aedac8123a (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.