Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 09, 2009 FBO #2876
SOLICITATION NOTICE

66 -- Recovery/Instruments and Laboratory Equipment

Notice Date
10/7/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, Maryland, 20817
 
ZIP Code
20817
 
Solicitation Number
RFQ-AMOB-10002
 
Archive Date
11/6/2009
 
Point of Contact
Terry M Knight, Phone: 301-402-6162, John - Foley, Phone: 301-402-2284
 
E-Mail Address
knightte@niaid.nih.gov, jfoley@niaid.nih.gov
(knightte@niaid.nih.gov, jfoley@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format of FAR Subpart 12.6, in conjunction with FAR Part 13.5 as applicable, and 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. This procurement is being issued as a Request for Quotation. Submit offers on RFQ-AMOB-10002. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC2005-36 dated August 11, 2009. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a small set-aside business. The associated North American Industry Classification System (NAICS) Code is 334516, which has a size standard of 500. The National Institute of Allergy and Infectious Diseases (NIAID) intends to procure a laser benchtop flow cytometer required to facilitate the detection of subsets of cells of the human immune system. The laser options are to include a solid-state 488nm Blue laser (100mw) a solid-state 640nm Red laser (40mw) and a 405nm Violet laser (100mw) with the ability to detect 7-colors from the Blue laser, 3 colors from the Red laser and 5 colors from the Violet laser utilizing fiber optic technology. The laser control software shall allow the adjustment of power settings for the coherent lasers in the system (Blue, Red, Violet, Yellow-Green), and monitor key performance parameters of the coherent lasers. Computer workstation is to include one workstation with Intel Core Duo 2.67 GHz, 4MB, 1066MHz FSB (CPU), 128 PCI E Video Card, 2GB DDR2-667 ECC RAM, Dual Hard Drives (80GB and 250GB), 16X DVD +/-RW, 1.44MB Floppy Disk Drive, Network Cards (10/100/1000), Keyboard, USB Optical Mouse, Symantec Norton Ghost, Microsoft Office 2007, Windows XP, and Two (2) 19" NEC LCD Monitor. The flow cytometer must incorporate octagon and trigon-shaped collection optics that provide superior signal detection and future upgrades opportunities to do more than 18 colors simultaneously, must have a stainless steel sample injection rod that has only 30ul of dead volume that is very important if you are running acridine orange or PI dyes, must have a program that automatically QC's the system, verifies linearity, tracks/plots PMT voltage information and adjusts the timing windows for all lasers. This feature takes system QC to a higher level and simplifies operation because of the automate adjustment of the timing windows, must have a flow cell that is gel coupled to the fluorescence objective to allow 4X more light into the optical channel offering much higher resolution with lower powered lasers, must be able to offer a true UV laser at 350nm UV laser, must be able to be upgraded to run 7 lasers simultaneously. It is important that the instrument be able to use laser light sources from true UV 350nm to IR 780nm. This would allow the flow cytometer to be upgraded to match a wide range of new dyes that have been release and will soon be release. The wide range of light sources also allows you to move more experiments from a confocal microscope, must be backed by a 48-hour guaranteed service response time, since this instrument will be used to perform research flow cytometric experiments on patient samples in real time, it is vital that the machine not be out of service for extended periods of time, must be able to be upgrade to have automated sample uptake from 96 or 384 well trays. The software that operates the automated sample uptake system must be integrated into the overall machine operation software, must uses true digital technology from the preamp forward without dead time. The digital electronics signal processing eliminates processing dead time to minimize threshold aborts. The digital electronics must be able to scan the preamp pulse 10 million times per second to provide more linear quantitative measurements. The flow cytometer digital electronics minimizes system aborts, and must have the ability to threshold on multiple parameters simultaneously, must be able to be upgraded to have a FSC Diode and FSC PMT simultaneously. The FSC PMT will allow us to measure particles as small as.2u, and the diode can measure up to 50 micron particles simultaneously, and must have the ability to ratio any signal from any laser, the cytometer ‘s flow cell must be of dimensions no less than 480 by 400 microns (one micron is one-thousandth of a millimeter). This will provide the ability to analyze relatively large cells in the flow cytometer, which can clog the small chamber that is termed the "flow cell," and must have automated compensation networks between all lasers and all fluorescence parameters. The Award will be based on: 1) the capability of the item offered to meet the above stated salient characteristics; 2) warranty; and 3) price. Warranty information to include period and coverage, shall be stated. Inside delivery shall be 30 days after receipt of order (ARO). Delivery will be made to Frederick, Maryland 21701. The FOB point shall be Destination. This will be a firm-fixed price contract. The following Federal Acquisition Regulations provisions and clauses apply to the acquisition: FAR 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009; FAR 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements; FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation-Commercial Items; Far 52.212-3 Offeror Representation and Certifications Commercial Items; Far 52.212-4 Contract Terms and Conditions Commercial Items; Far 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; and FAR 52.406-7 Central Contractor Registration (2003). A completed copy of provisions at FAR 52.212-3 Offerors Representation and Certifications Commercial Items must be included with submission and can be found at Online Representations and Certifications Application (ORCA) https://orca.bpn.gov. 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. The CCR website is http://www/ccr.gov. Copies of the aforementioned clauses are available upon request by telephone to Terry Knight at (301) 402-2282. All responsible sources may submit offers that will be considered by this agency. Offers must be submitted no later than 5:00 p.m. Eastern Daylight Time (EDT), October 22, 2009. For delivery through the U.S. Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Road, Room 2NE52E, Bethesda, MD, 20817-4811. Requests for information concerning this requirement are to be addressed to Terry Knight at 301-402-2282. Collect calls will not be accepted. Email and fax submissions are prohibited.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ-AMOB-10002/listing.html)
 
Place of Performance
Address: National Institutes of Health, NIAID, Frederick, Maryland, 21701, United States
Zip Code: 21701
 
Record
SN01981747-W 20091009/091007235816-d8f99f9a72236bec61f03510d4060ceb (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.