Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2010 FBO #3157
SOLICITATION NOTICE

66 -- FLOW CYTOMETER WITH COMPUTER, SOFTWARE, TRAINING AND MAINTENANCE

Notice Date
7/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
1075443-10-DH
 
Archive Date
8/12/2010
 
Point of Contact
Debbie Hammond, Phone: (301) 827-7157, Brenda K Lee, Phone: 301-827-7036
 
E-Mail Address
deborah.hammond@fda.hhs.gov, brenda.lee@fda.hhs.gov
(deborah.hammond@fda.hhs.gov, brenda.lee@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis /solicitation for commercial items prepared in accordance with FAR 12.6 and FAR 13.5, as supplemented with additional information included in this notice. This is a Small Business set-aside. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. Solicitation Number FDA 1075443-10-DH is issued as a Request for Quotation (RFQ) using Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. This is a Small Business set-aside. The NAICS code is 334516. The small business size standard is 500 employees. This is a firm fixed price purchase order. This is a brand name or equal. Delivery within 30-60 days FOB Destination. The maintenance is to begin after start-up through 12 months. The NAICS code 334516, and size standard is 500 employees. This is a firm fixed price purchase order. The contractor shall provide software support and maintenance. The contractor shall provide a flow cytometer 2 laser 6 colors with computer and software and training to include one year maintenance in accordance to the specifications specified below: System and Software: CLIN 0001; Part No. S2100; Flow Cytometer, 2 laser/6-Color, Red Laser (640nm, 40mW, Solid-State) Blue laser (488nm, Solid –State) Optical Detectors: FITC (530/40) PE (580/30), PE-Texas Red (615/30), PerCp/PE-Cy5 (690/40), APC (676/29), APC-Cy7 (740LP) Acquisition Samples: Single Tube – 1 each; CLIN 0002 Computer; Dell VOSTRO 220 Slim Tower Dual Core E5300/2, 2M, 800, 2GB DDR2 SDRAM 800MHZ- 1X2G/1/1G, 6 USB Ports, Dell Optical USB Mouse, 320GB SATA, 7200 RPM, 16MB Cache Hard Drive, Dell 22” LCD Monitor – 1 each; CLIN 0003 Software – Windows XP Professional Cell Capture Software (full version). And one Year of software upgrades to new software versions/releases, 1 each; Service Contract and Warranty CLIN 0004, Warranty: One year warranty (parts and labor included) and one year of Remote Diagnostics Support 1 each; CLIN 0005, Preventive Maintenance: One year maintenance service include: Two (2) preventive maintenance inspections per year to be performed during every twelve-month period of the service agreement. Two (2) Preventive Maintenance Kits. Includes Remote Diagnostics Support; 1 each; CLIN 0006, Service Contract – Single-year Service Contract (Parts and labor included) includes Remote Diagnostics Support, CLIN 0007, Multi-year Service Contract (Parts and Labor included) – 2 or more consecutive years, includes Remote Diagnostics Support; CLIN 0008, Training – Two (2) 8-hour days (total 16hrs), onsite training, for staff members at place of instrument installation, 1 each. B. Background The laboratory investigates the interactions of encapsulated bacteria and bacterial polysaccharide vaccines with the host immune system. This information is critical for understanding of the biology of host immune response against PS vaccines and useful for the improvement of the immunogenicity of polysaccharide vaccines. Our research relies heavily on the use of flow cytometer which is used to acquire cells stained with antibodies or cellular markers. Use of multiparametric flow cytometer allows us to characterize subsets within given cell populations. A flow cytometer is an instrument that simultaneously measures and then analyzes multiple physical characteristics of single particles, usually cells, as they flow in a fluid stream through a beam of light. The properties measured include a particle’s relative size, relative granularity or internal complexity, and relative fluorescence intensity. These characteristics are determined using an optical-to-electronic coupling system that records how the cell or particle scatters incident laser light and emits fluorescence. A flow cytometer is made up of three main systems: fluidics, optics, and electronics. The fluidics system transports particles in a stream to the laser beam for interrogation. In the flow cytometer, cells are carried to the laser intercept in a fluid stream. Any suspended particle or cell from 0.2–150 micrometers in size is suitable for analysis. The portion of the fluid stream where particles are located is called the sample core. When particles pass through the laser intercept, they scatter laser light. The optics system consists of lasers to illuminate the particles in the sample stream and optical filters to direct the resulting light signals to the appropriate detectors. Any fluorescent molecules present on the particle fluoresce. The scattered and fluorescent light is collected by appropriately positioned lenses. A combination of beam splitters and filters steers the scattered and fluorescent light to the appropriate detectors. The detectors produce electronic signals proportional to the optical signals striking them. The electronics system converts the detected light signals into electronic signals that can be processed by the computer. List mode data are collected on each particle or event. The characteristics or parameters of each event are based on its light scattering and fluorescent properties. The data are collected and stored in the computer. This data can be analyzed to provide information about subpopulations within the sample. Since our laboratory depends heavily on the use of flow cytometer to assess various immune cell populations and their expressed antigens, we require a machine which can provide maximum flexibility and high-performance typically found in high-end systems, but in a small, light-weight, bench top package. The minimum mandatory requirements are as follows: Fluidics: Rate of sample flow for a single stream :≥1000 events /sec with a minimum carryover in between samples. Automatic back flush to avoid clogging of sample injection port. Minimal Sheath fluid usage to reduce daily running costs. Optics: The system should be able to provide use of maximum lasers with a possibility of future upgrades. Lasers preferred are blue (488nm) and red (640nm) with possible upgrades to violet (405nm) and yellow/green lasers (561nm) in future. The more upgradable the machine, the better for future needs. A high resolution instrument with log and linear scales for FSC and SSC parameters Ability to resolve the eight peaks on rainbow beads with maximum separation. Also, an instrument with Interchangeable and replaceable Filters and Dichroics, Flexible Dye Selection would be preferred to allow more flexibility in choice of antibodies and immunophenotyping panels in the future. Electronics: Ability to import and analyze FCS 2.0 or 3.0 list mode data files from any source. This would allow us to compare data with the machine from the core facility, which is currently being used for our experiments. Software: Software should include fully automated pre and post acquisition compensation, integrated calculation sheet and ability to define custom parameters Software should allow off line experiment design and analysis Software should be user friendly, and comparable to Flowjo software that is currently being used in the lab because the lab currently has two user licenses for Flowjo and has been using flowjo for all data analysis till now. Computer: The machine should come with a computer /monitor, preferably widescreen at least a 20-22 inches or an extended desktop to allow view of all acquisition controls while reading the samples as well as simultaneous view of cell populations along with the flour chrome panels such as isotype controls and single stained compensation controls. This allows the user to have better set up of the experiment from the beginning. Training: The contractor shall provide training after installation has occurred. The contractor shall provide on site training to all FDA lab personnel so that assay-specific related questions can be addressed. Operation and Maintenance: The contractor shall provide maintenance to include upgrades and including warranty The benchtop flowcytometer will be used for the acquisition and analysis of immunopheno types of B and T cells and other assays such as cytokine expression, viability assay, apoptosis assays, proliferation assays etc. Part II: Work Requirements Technical Requirements • Ability to analyze at least five different fluorochromes on a given sample. • Should include at least the blue and red lasers since most of the antibodies we use are conjugated with flourochrome dyes that can be detected with these two lasers. • Should be upgradable to more lasers and detectors in future. • Due to size restrictions of the space we are being provided for, should be small enough to fit on a bench top. • Should come with user friendly software for acquisition and analysis. It should also be able to export and save acquired data on Flowjo software (should be able to save files in fcs 3 format). • Should have minimum daily running costs and easy maintenance. Deliverables • A benchtop flow cytometer instrument (platform consisting of lasers, optical detectors, filters and dichroic mirrors, flow cell, sheath and waste tanks etc.) • Computer • Software Part III: Supporting Information Security Access will be computer based user log in. FAR 52.212-1 Instructions to Offerors- Commercial Items (June 2008), FAR 52.212-2, Evaluation - Commercial Items (January 1999) apply to this solicitation. Office shall comply with the provision at FAR 52.212-1(b) and submit electronic copies to Debbie Hammond at debbie.hammond@fda.hhs.gov. Quotation will be evaluated against the technical capability set forth above. Offeror shall go to the Online Representations and Certifications Application (ORCA) which can be accessed electronically from the INTERNET at: https://orca.bpn.gov/ and complete Representations and Certifications Application and include this with your quotation. Offerors responding to this RFQ must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov/ FAR 52-212-4 Contract Terms and Conditions- Commercial Item (March 2009) And The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this purchase order by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). 52.233-3, Protest after Award (AUG 1996) (31 U.S.C. 3553).52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (April 2010): FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) with Alternate I (OCT 1995) (41 U.S.C. 253g FAR 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010)(Pub.L.110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). 52.219-8 Utilization of Small Business Concerns( May 2004); 52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)). 52.219-28, Post Award Small Business Program Representation (APRIL 2009) (15 U.S.C.) 52.222-3 Convict Labor (June 2003) (E.O. 11755), 52.222-21 Prohibition of Segregated Facilities (FED 1999) 52.222-26 Equal Opportunity (March 2007) (E.O. 11246) 52-222-35 Equal Opportunity for Special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans (SEP 2006)(38 U.S.C.4212), 52.222-36 Affirmative Action for workers with disabilities (Jun 1998)(29 U.S.C. 793), 52.222-37 Employment Report on Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006)(38 U.S.C.4212) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). 52.225-1, Buy American Act--Supplies (FEB 2009) (41 U.S.C. 10a-10d). 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332); 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332); 52.222-26, Equal Opportunity (MAR 2007) ;52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212); 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010); 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (MAR 2009); 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793).; 52.222-50, Combating Trafficking in Persons (Feb 2009) FAR 52.212-5 – April, 2010 edition 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) ; 52.222-54, Employment Eligibility Verification (Jan 2009); 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) Flow down required in accordance with paragraph (e) of FAR clause 52.226-6; 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) ; FAR 52.211-6, Brand Name or Equal, 52.252-2 Clauses Incorporated by Reference This contract incorporates clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at http://www.arnet.gov. The basic of award shall be made on the lowest evaluated price quotation meeting or exceeding the acceptability specifications stated above. The evaluation of offeror's past performance information will be conducted subsequent to the technical evaluation. However, this evaluation will not be conducted on any offeror whose proposal would not be selected for award based on an unacceptable quotation. Past Performance evaluation will be based on information obtained from references provided by the offeror, other relevant past performance information obtained from other sources known to the Government, and any information supplied by the offeror concerning problems encountered on the identified contracts and corrective action taken. The Government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror's likelihood of success in performing the acquisition requirements as indicated by that offeror's record of past performance. The lack of a relevant performance record may result in an unknown performance risk assessment, which will neither be used to the advantage nor disadvantage of the offeror. Offerors shall submit the following information as part of their technical proposal. A list of the last 3 contracts completed during the past three years and the last three contracts currently being performed that are similar in nature to the solicitation work scope. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial concerns. Include the following information for each contract or subcontract listed: 1) Name of Contracting Organization 2) Contract Number (for subcontracts, provide the prime contract number and the subcontract number) Contract Type 4) Total Contract Value 5) Description of Requirement 6) Contracting Officer's Name and Telephone Number 7) Program Manager's Name and Telephone Number Offerors may provide information on problems encountered on the identified contracts and the offeror’s corrective action. The offeror shall submit comparable information on all subcontractors that the offeror proposed to perform a major subcontract under this effort. For the purpose of this solicitation, a major subcontract’ is defined as a subcontract over $550,000. The Government will contact each reference by phone to verify information past performance references. The Government may use the NIH Contractor Past Performance System, technical personnel, or contact other government agencies. The Government is not required to contact all references provided by the offeror. Also, references other than those identified by the offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the offeror's past performance. Offerors may submit questions to Debbie Hammond via email at Debbie.hammond@fda.hhs.gov. Please reference the specific area. All questions must be submitted not later than 3:00 pm Eastern Time on July 23, 2010. All responsible sources that can provide and meet the above requirement shall submit a written quotation. Quotations must be received by July 28, 2010 9:00 a.m. Eastern Time via email to dhammon1@oc.fda.gov. If you have any questions regarding this announcement please contact Debbie Hammond at 301-827-7157.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1075443-10-DH/listing.html)
 
Place of Performance
Address: DHHS/FDA/CBER, 8800 ROCKVILLE PIKE, BETHESDA, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02207376-W 20100717/100715235453-a659afe0c4c0e341b23c3abb56522655 (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.