SOURCES SOUGHT
66 -- SOURCES SOUGHT-FLOW CYTOMETER SYSTEM
- Notice Date
- 6/20/2011
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- CPODUS Environmental Protection Agency26 West Martin Luther King DriveMail Code: NWDCincinnatiOH45268USA
- ZIP Code
- 00000
- Solicitation Number
- SOL-CI-11-00049
- Point of Contact
- Nicole Modafari
- E-Mail Address
-
Modafari.Nicole@epa.gov
(Modafari.Nicole@epa.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT SYNOPSIS FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. In preparation for a future procurement, the Environment Protection Agency (EPA) is performing ?market research? to determine potential sources that are small businesses. The Environmental Protection Agency (EPA)?s National Health and Environmental Effects Research Laboratory (NHEERL) requires a commercially available Three (3) Laser Bench Top Flow Cytometer System (Blue, Red and Violet) for clinical studies research that meets the following minimum specifications: 1)The contractor shall provide three lasers capable of detecting 10 colors. The Blue laser which is a standard Argon, 488 nm laser. A Red laser (638nm) to permit the use of fluorescent probes and fluorochromes that are excited at the wavelength of 638 nm. The Violet laser (405 nm), in conjunction with the other lasers, will permit EPA to utilize fluorescent particles called Quantum Dots which are nanocrystals coupled to proteins, oligonucleotides, and other small biological molecules of interest. This will aide EPA?s research in the emerging field of interest, nanotechnology. 2)The flow cytometer shall require no special modifications of the laboratory space it will be assigned to: such as electrical connections other than a standard 120V, air supply, vacuum or water-cooling. 3)The contractor shall provide an instrument which does not require user laser or pmt (photomultiplier tube) alignment, this will make the instrument user friendly and give more people access to its use. A system which needs laser and pmt alignment will require a dedicated technician to maintain the instrument. 4)The contractor shall provide an instrument which is equipped with a carousel and vortx mechanism to facilitate automated throughput of the samples. 5)The contractor shall provide an instrument with enhanced capabilities to detect microparticles (< 1um in size) using forward scatter settings. 6)The contractor shall provide an instrument with resolution to differentiate near-size particles of 0.4um from noise with less than 0.1% population overlap and resolve 0.5um and 0.4um particles into distinct populations with less than 0.1% population overlap. 7)The contractor shall provide a 3 year extended maintenance agreement. 8)The contractor shall provide 4 site licenses with the instrument. The successful contractor of any resultant contract will be expected to provide all necessary labor, materials, and services in support of the efforts delineated by the Specifications. Any interested firms should submit capability statement with information that clearly demonstrates their capabilities to provide the equipment described above. Standard company brochures will not be considered a sufficient response to this Sources Sought Synopsis. It is anticipated that the contract will be Firm Fixed Price (FFP) with delivery 90 days of award. The applicable NAICS code is 334516 (Analytical Laboratory Instrument Manufacturing) with a size standard of 500 employees. In the capabilities statements, contractors should provide their size status for the above referenced NAICS code, (i.e. large, small) and whether or not they are a certified hub zone, 8(a), women-owned, small-disadvantaged and/or disabled veteran owned concern. As a reminder, small businesses are required to perform at least 50 percent of the costs of the contract performance with their own personnel (FAR 52.219-14). The EPA reserves the right to set this action aside for small businesses. These capability statements are merely and aid to the EPA?s market research efforts. Respondents are advised that EPA is under no obligation to provide respondents with any feedback on the information received. Responses to the above should be submitted to Nicole Moda fari, U.S. EPA, Cincinnati Procurement Operations Division, 26 W. Martin Luther King Drive, Cincinnati, OH 45268 no later than 5:00 P.M. EST Wednesday, July 6, 2011. A separate synopsis will be issued for the Request for Proposal (RFP), resulting from this sources sought synopsis.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/SOL-CI-11-00049/listing.html)
- Place of Performance
- Address: US EPA-HUMAN STUDIES FACILITY104 MASON FARM RD.MD 58BCHAPEL HILLNC27514US
- Zip Code: 27514
- Zip Code: 27514
- Record
- SN02477201-W 20110622/110620234807-5f54f9e191add25a4d5e12edc07f94a1 (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 |