Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2011 FBO #3522
SOLICITATION NOTICE

66 -- Instruments & Laboratory Equipment / Cytometer

Notice Date
7/15/2011
 
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
NIAID-RFQ-1142
 
Archive Date
8/16/2011
 
Point of Contact
Jennifer Walker, Phone: 301-402-2282, Tonia L Alexander, Phone: 301-402-2282
 
E-Mail Address
jewalker@niaid.nih.gov, talexander@niaid.nih.gov
(jewalker@niaid.nih.gov, talexander@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation Request for Quote for commercial items prepared in accordance with the format of FAR 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 for the solicitation number NIAID-RFQ-1142. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC2005-53 dated July 5, 2011. 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) intend to procure one (1) Cytometer Workstation with the following specifications: 1) Size - a small footprint of 11.0'H x 14.75'W x 16.5'D (27.9 x 37.4 x 41.9 cm) [11'H x 21.5'W x 16.5'D with fluid bottles] and weight under 35 lbs, 2) Compatible with 48- and 96-well plates and deep-well plates - analyzes a 96-well plate in less than ninety minutes, 3) Routine maintenance can easily be performed by the user, 4) The sheath fluid is filtered, deionized laboratory grade water, 5) Use many sample tube types including 12 x 75 mm tubes, and various microcentrifuge tubes with sample volumes as low as 50uL, 6) Absolute cell counts obtained without the need to add counting beads, providing cell concentration without additional testing equipment or reagents, 7) A 24-bit digital signal processor that generates data over a range of 7.2 decades or 16,777,215 channels and the Zoom function allows focusing on populations of interest, eliminating the need to make voltage adjustments to the detectors which, in turn, allows for easier data collection as well as no wasted samples when setting up new applications, 8) Must allow lower powered lasers to be used: 14.7 mW 640 nm Diode Red Laser, 20 mW 488 nm Solid State Blue Laser, 9) Capable of acquiring data at event rates up to 10,000 events/sec, 10) A wider range of flow rates, continuously variable from 10-100 uL and core sizes variable from 5-40 um allow for increased resolution and speed in data collection, 11) No air-over-fluid pressure is required to create the hydrodynamic focusing of the sheath; therefore no aerosols are generated, proving greater safety, and 12) Software that can be used for data analysis on both a PC or on a MAC. Sample data must be able to be exported to third party software including FlowJo, FCS Express, WinList, etc. The following factors shall be used to evaluate offers: 1) technical capabilities to meet the required specifications, 2) price, 3) warranty, and 4) delivery. Warranty information to include period and coverage shall be stated. Delivery shall be made 30 days from date of award to Bethesda, Maryland 20892. 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 52.212-1 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 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). A completed copy of provisions at FAR 52.212-3 Offerors Representation and Certifications Commercial Items must be included which 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 Jennifer Walker 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 1, 2011. For delivery through the U.S. Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Road, Room 2NE38A, Bethesda, MD, 20892-4811. Requests for information concerning this requirement are to be addressed to Jennifer Walker at 301-402-2282. Email, Fax Collect calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAID-RFQ-1142/listing.html)
 
Place of Performance
Address: National Institutes of Health, NIAID, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02500236-W 20110717/110715235049-5232b31a03be4e13c06cd560de66e527 (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.