Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2014 FBO #4605
MODIFICATION

B -- Flow Cytometric Analysis of Benign and Malignant Tumors. - Task Order I SOW - Amendment 1

Notice Date
7/2/2014
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Bldg 1050, Frederick, Maryland, 21702, United States
 
ZIP Code
21702
 
Solicitation Number
N02RC42563-57
 
Archive Date
7/30/2014
 
Point of Contact
Reyes Rodriguez, Phone: 240-276-5442, Terry L. Galloway, Phone: 240-276-5384
 
E-Mail Address
reyes.rodriguez@nih.gov, gallowaytl@mail.nih.gov
(reyes.rodriguez@nih.gov, gallowaytl@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Task Order I SOW - Amendment 1 This amendment revises the period for performance for Task Order I SOW from August 29, 2014 through December 28, 2014. Changes to the Statement of work are underlined and Italics (See attached). National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Pathology plans to procure on a sole source basis reagent rental services from Becton Dickinson Biosciences 2350 Qume Drive, San Jose, CA 95131-1807. This acquisition will be processed under FAR Part 12 - Acquisition for Commercial Items and will be made pursuant to the authority in FAR 13.106-1(b)(2) and 13.501- (a)(1) using simplified acquisition procedures for commercial acquisitions. The North American Industry Classification System code is 541380 and the business size standard is $14.0 Million. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract/IDIQ. The period of performance of the award will be from August 29, 2014 through August 28, 2017. It has been determined there are no opportunities to acquire green products or services for this procurement. The Flow Cytometry Unit in the Laboratory of Pathology is the only NIH laboratory providing standard diagnostic flow cytometric evaluation of neoplastic specimens. In addition the Flow Cytometry Unit provides unique and highly complex flow cytometric testing that is mandated on numerous NCI protocols and is not available at any commercial laboratory or any single academic pathology laboratory. The Flow Cytometry Unit has a very high specimen volume for their resources, receiving the maximum number of daily specimens that can be accommodated by the current staff. On occasion demand exceeds resources and the laboratory must refuse patient specimens. New clinical protocols that mandate flow cytometric testing have started and will increase the demand for flow cytometric testing in the new fiscal year. The laboratory personnel are already working at maximum efficiency and any increase in its workload would result in an unacceptable error rate that would jeopardizes its ability to provide an accurate diagnosis. In order to meet the increased demand for diagnostic testing without increasing personnel the lab requires the use of the Lyse Wash Assistant robotic systems that will perform the duties of an additional part time employee per intrument. In addition, clinical flow Cytometry reagents are expensive and increasing case load results in increased demand for reagents. The Flow Cytometry Unit cannot afford these increased costs at a time where budgets are flat or decreasing. The reagent rental contract is an economical and efficient means to acquire what is in essence the assistance of a part time medical technologist to allow the Flow Cytometry Unit to meet the growing needs of NCI protocols while decreasing the cost per unit work. Only BD Biosciences has the Lyse Wash Assistants which process up to 40 samples at a time per machine. The Lyse Wash Assistants carousel can be transferred directly to (i.e. is compatible with) a BD FACSCanto flow cytometer. The patented cell washer technology eliminates the need to transfer samples to a centrifuge. Red blood cells, platelets, unbound antibody, and residual proteins are removed, while preserving white cells and delivering clean sample recovery. The laboratory is projected to procure BD-Biosciences reagents in the life of the contract and in return will receive a 45% discount and the use of two Lyse Wash Assistants (LWA). The use of the LWAs equals the work of a two part time employees. As clinical case load is increasing and as the price of reagents increases yearly, it is expected that reagent costs will increase for the next fiscal year unless this action is taken. Because of the greater discount provided by the contract there will be no increase in cost to the laboratory and the use of the Lyse Wash Assistants will allow accommodation of an increased workload with no increase in staff. This will result in an overall savings to the laboratory. Therefore, using BD Biosciences will secure a greater reagent discount and the free use of two Lyse Wash Assistants. Also, This robotic system is only available from BD Biosciences. Therefore BD Biosciences is a sole source for reagent rental as only they can provide the exact required reagents and only their instrument is compatible with the existing instrumentation. NOTE: See attached SOW and Task Order I SOW for Contractor Requirements. This notice is not a request for competitive quotation. However, if any interested party, especially small business believes it can meet the above requirement, it may submit a proposal or quote for the Government to consider. The response and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement. Responses must be received in the contracting office by 11 AM EST, on July 15, 2014. All responses and questions must be in writing and faxed to 240-276-5399 or emailed to Reyes Rodriguez, Contracting Specialist via electronic mail at reyes.rodriguez@nih.gov. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA) through sam.gov. Reference: N02RC42563-57 on all correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/FCRF/N02RC42563-57/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN03412825-W 20140704/140703001450-1e1516bc282d336b6c659a7ab7aa480c (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.