Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 19, 2015 FBO #4863
SOURCES SOUGHT

66 -- Brand Name or Equal BD Biosciences BD FACSAria Fusion

Notice Date
3/17/2015
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
SBSS-N02RC52506-78
 
Archive Date
4/16/2015
 
Point of Contact
Francisco Mendoza, Phone: 2402765668
 
E-Mail Address
francisco.mendoza@nih.gov
(francisco.mendoza@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE: Brand Name or Equal BD Biosciences BD FACSAria Fusion. Notice Number: SBSS-N02RC52506-78 Issued By: Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E140, Rockville, MD 20850, UNITED STATES Key Dates: Capability Statement Due Date: April 1, 2015 by 10:00AM EDT This Small Business Sources Sought Notice (SBSS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Cancer Institute (NCI). The purpose of this Sources Sought Notice is to identify qualified small business concerns including 8(a), HUBZone or Service-Disabled Veteran-owned business concerns that are interested in and capable of supplying the instruments listed herein. The NCI does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This requirement is assigned North American Industry Classification System (NAICS) code 334516 with a size standard of 500 employees is being considered. As a result of this Sources Sought Notice, the NCI may issue a Request for Quotation (RFQ) through FedBizOpps. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NCI shall arise as a result of a response to this Sources Sought Notice or the NCI's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. The purpose of this acquisition is to purchase one brand name BD FACSAria Fusion or equivalent with a biosafety cabinet, equivalent. The NCI, CCR, Laboratory of Genome integrity (LGI), Flow Cytometry Core Facility is in need of a brand name BD Biosciences, Special BD FACSAria Fusion or equivalent with a Class II Type A2 biosafety cabinet, or equivalent. The NCI, Flow Cytometry Core Facility is seeking to obtain this five laser cell sorter with a Class II Type A2 biosafety cabinet. The fully integrated biosafety cabinet shall meet emerging operator protection requirements as stated in the NIH Policy for Biosafety of Cell Sorters (July 28, 2012, available upon request). The required five lasers are as follows; 488nm (60nm), 640nm (100mw), 561nm (50mw), 405nm (50mw) and 355nm (60mw). The following features are necessary and unique to this particular instrument: A) Safety and Biocontainment: a. The flow cytometer cell sorter must exist in a Class II Type A2 biosafety cabinet to protect the operator and investigator from potentially infectious agents contained in aerosols generated during cell sorting. b. The Biosafety Cabinet must be verified by a third party to meet personnel and product protection standards for a Class II Type A2 biosafety cabinet, the National Sanitation Foundation International Standard 49. c. The instrument must have an aerosol management system (AMS) for sorting potentially harmful biological samples. B) Lasers and Detectors: a. The instrument must have the following five lasers, or equivalent; 488nm (60nm), 640nm (100mw), 561nm (50mw), 405nm (50mw) and 355nm (60mw). b. The instrument must have the optical filter sets to enable detection of the following fluorochromes; FITC, PE, PE-Texas Red, PerCP, PerCP-Cy5.5, PE-Cy7, APC, Alexa Fluor 647, Alexa Fluor 700, APC-Cy7, APC-H7, DsRed, mCherry, PI, PE-Cy5, PE-Cy5.5, BV421, V450, VPD450, Pacific Blue, DAPI, BV510, V500, AmCyan, BV605, BV650, BV711, BV786, Hoechst. C) Sort Setup and Collection Options: a. The instrument must have the capability to sort samples from and sort cells into microtubes, 12X75mm and 15ml tubes. b. The instrument must have an Automated Cell Deposition Unit (ACDU) to enable sorting of cells into various multiwell plates and onto slides. c. The instrument must have the capability to sort at pressures from 20psi to 70psi. d. The instrument must have various nozzle tips ranging in size from 70 to 100 micron to accommodate the various primary cells and cell cultures to be sorted. D) Temperature Control: a. The instrument must have a water recirculator bath for cooling or maintaining a defined temperature of the sample to be sorted as well as the sort collection device for various tubes and multiwell plates. b. The system must have temperature control tube holders to accomodate12X75mm and 15ml tubes, microtubes and a plate holder. E) Software: a. The system must contain all necessary software and ancillary devices (computer, monitor, keyboard and mouse) for complete function and data acquisition and analysis of acquired data. F) Compatibility with Current Instrumentation: a. The system's software must be fully compatible with other BD FACSAria II's instruments in the Flow Cytometry Core Facility. The software used by two other cells sorters and two cell analyzers is BD FACSDiva. b. The sort collection devices Eppendorf, 12mm x 75mm tube, 15ml tube and 96 well microtiter plate holders that can be chilled by the circulating water chiller to collect the sorted cells need to be compatible with the instrument. G) Maximum Instrument Dimensions: a. Due to limited space, the maximum dimensions for the instrument in the Biosafety Cabinet should be 53"H x 50"W x 35"D. Additional information: The Government is looking to trade-in a BD FACSAria II with a serial number of P69500039 minus the following parts; 2 Preamp boards, 2 photo multiplier tubes (PMTs), 2 PMT sockets, 1 channel digital acquisition board (DAC) and 1 SCI board. The channel DAC and SCI are needed to control the voltage to the PMTs.. If the contractor is accepting the trade-in it needs to be reflected in the quote. As part of this requirement, the contractor needs to install the following parts: 2 Preamp boards, 2 PMTs, 2 PMT sockets, 1 channel DAC, 1 SCI board, 730/45 DF and 690LP optical filters for Alexa Fluor 700 emission, 610/20 DF and 595LP optical filters for Brilliant Violet emission into a currently operating instrument (BD FACSAria II, serial number P0161) in accordance with the manufacturer's specifications. The optical filters must be contained in the proper holders for the trigon configuration in the BD FACSAria II, SN P0161. In the event that the contractor is not accepting the trade-in, the contractor shall remove the parts stated above and install them on the BD FACSAria II, serial number P0161 as part of the contract, in accordance with the manufacturer's specifications. The optics and electronic parts to be installed on the BD FACSAria II, serial number P0161, will enable detection of two additional fluorochromes, Alexa Fluor 700 and Brilliant Violet 605. How to Submit a Response: 1. Page Limitations: Interested qualified small business organizations should submit a tailored capability statement for this requirement not to exceed 10 single sided pages including all attachments, resumes, charts, etc. (single spaced, 12 point font minimum) that clearly details the ability to perform the requirements of the notice described above. All proprietary information should be marked as such. Responses should include at a minimum indication of current small business status, this indication should be clearly marked on the first page of your capability statement (preferable placed under the eligible small business concern's name and address). Additionally, it should include a price for the required instrument and services, and availability with specifications of the proposed instrument as per FAR 52.211-6. Responses will be reviewed only by NIH personnel and will be held in a confidential manner. 2. Due Date: Capability statements are due no later than 10:00 am. EDT on April 1, 2015. 3. Delivery Point: All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the unique specifications described herein. Written responses can be emailed to Francisco Mendoza, Contract Specialist, at francisco.mendoza@nih.gov. All questions must be in writing, via email. No collect calls will be accepted. Please reference number SBSS-N02RC52506-78 on all correspondence. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, an RFQ may be published on FedBizOpps. However, responses to this notice will not be considered adequate responses to a solicitation(s). In order to receive an award, contractors must have valid registration and certification in sam.gov. Point of Contact: Inquiries concerning this Notice may be direct to: Francisco Mendoza 9609 Medical Center Dr, Room 1E140 Rockville MD, 20850 Francisco.mendoza@nih.gov Applicable provisions and clauses: FAR 52.211-6 Brand Name or Equal. (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/SBSS-N02RC52506-78/listing.html)
 
Record
SN03670069-W 20150319/150317235139-91be5350d8db9d56545467e03d60625f (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.