Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2010 FBO #3161
SOLICITATION NOTICE

66 -- RECOVERY / Instruments and Laboratory Equipment

Notice Date
7/19/2010
 
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
RFQ10066
 
Archive Date
8/18/2010
 
Point of Contact
Terry M Knight, Phone: 301-402-2282, Tonia L Alexander, Phone: 301-402-2282
 
E-Mail Address
knightte@niaid.nih.gov, talexander@niaid.nih.gov
(knightte@niaid.nih.gov, talexander@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation Request for Quotes 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 RFQ10066. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC2005-42 dated June 16, 2010. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a small business set-aside. 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 benchtop flow cytometry system that will be used in testing and characterization of cell lines used to make vaccine products. This will also include a software package, installation, training, and additional reagents. The benchtop flow cytometry system must be able to comply with the following capabilities: equipped with Blue (488 nm) and Red (635 nm) excitation lasers, ability to measure the following scatter and emissions: FSC, SSC, NIR2: 785/70 nm, Red2: 661/19 nm, NIR1: 785/70 nm, Red1: 692/46 nm, Yellow: 583/26 nm, Green: 525/.30 nm. It must also have the ability to assay with built-in software packages for: direct, absolute cell counting and viability, apoptosis: annexin V, pan caspase, caspases 3/7 and 8, TUNEL, and mitochondrial membrane, depolarization, Cell cycle, Cell signaling, Cell toxicity, Cell proliferation. Automated handling of 96-well plates and 1.2-1.5 mL tubes, requires sample volume of <200ul, ability to use microfluidics rather than standard sheath fluid path, specific purchasable kits available for the above assays, specify option of 21CFR Part 11 compliant software package if not built in the standard software package. Set-up and on-site training is to be included. In addition include the following information in your quote: quotes for all kits required to do the analysis specified. Specify the number of assays per kit, cost per assay, and reagent shelf life/expiry, and detailed information on the speed of assay for each method, in minutes and/or cycle time of instrument for each assay type, a description of the ease of switching between each of the required assays, the cost and details of any warrantees (regular or extended) and other service contracts required to maintain the instrument as quoted. The following factors shall be used to evaluate offers: 1) technical capability; 2) inclusion of software packages for standard analysis and ability of software to be 21CFR Part 11 compliant; 3) ability to export data files to other formats (specify); 4) ability to perform the above assays with standard purchasable kits from the vendor; 5) speed of assay for each method (in minutes) or cycle time of instrument for each assay type; 6) ease of switching between assays (explain requirements); 7) bench top space requirements; and 8) warranty, 9) delivery, 10) training, 11) installation, and 12) price. Warranty information to include period and coverage, shall be stated. Inside delivery shall be 30 days after receipt of award. Delivery will be made to Gaithersburg, Maryland 20878. 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; FAR 52.232.33 Pay by Electronic Funds Transfer-Center Contract Registration. 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 Savings Time (EDST), August 3, 2010. For delivery through the U.S. Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Road, Room 2NE52E, Bethesda, MD, 20892-4811. Requests for information concerning this requirement are to be addressed to Terry Knight at 301-402-2282. Collect calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ10066/listing.html)
 
Place of Performance
Address: National Institutes of Health, NIAID, Gaithersburg, Maryland, 20878, United States
Zip Code: 20878
 
Record
SN02209800-W 20100721/100719234330-b85867683f4e44f18f14b59a8e5844f8 (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.