Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2016 FBO #5278
SOURCES SOUGHT

66 -- Imaging Cytometer

Notice Date
5/4/2016
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services - Jefferson, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
FDA-1162101
 
Archive Date
5/26/2016
 
Point of Contact
Jennifer L. Johnson, Phone: 8705437830
 
E-Mail Address
jennifer.johnson3@fda.hhs.gov
(jennifer.johnson3@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Food and Drug Administration (FDA), is conducting market research to support the National Center for Toxicological Research (NCTR), Division of Genetic and Molecular Toxicology who has a requirement for a Imaging Cytometer, to include: a standard warranty, training, and four (4) one (1) year option periods for post warranty maintenance. The FDA is seeking small business sources to determine the availability and capability of small businesses capable of providing the required services. Other than small business concerns are also encouraged to submit capability statements. The following information is provided to assist the FDA in conducting Market Research to identify potential contractors for this effort. The appropriate North American Industry Classification System (NAICS) code is 334516 - Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 1,000 employees. Background: The US Food and Drug Administration (FDA), National Center for Toxicological Research (NCTR), Division of Genetic and Molecular Toxicology MLA laboratory will use the Imaging Cytometer for monitoring cell proliferation and cytotoxicity in 96-well plate format using bright field as well fluorescence labeling. The instrument should also be able to differentiate small and large colonies induced by chemicals in the mouse lymphoma assay (also in 96-well format). The laboratory evaluates a large number of plates per experiment; therefore, processing speed is very important. Minimum General Specifications: 1. Shall have bright field applications which includes cell counting, confluence measurements, growth curves and proliferation, cell morphology analysis, cytopathic effects, cell culture QC, colony formation and colony growth monitoring, and cell line development. 2. Shall perform fluorescence analysis which includes cell health, viability apoptosis, DNA synthesis and proliferation, cell cycle, and fluorescent marker analysis. 3. Shall have a user friendly interface for everyday use by laboratory personnel that does not require an image analysis expert. 4. Shall have the ability to provide measurement for adherent and suspension cells without the need for trypsinization or sample preparation. 5. Shall have the flexibility of utilization of multiple imaging modes (full well or partial well) and multi focusing mechanisms simultaneously. 6. Shall have the ability to be integrated within an automation platform for the development of automated workflows. 7. Shall be able to image whole wells of an entire 96-well plate in less than 6 minutes (for one color). Minimum Post-Warranty Service Requirements: 1. Shall include at least one (1) planned, onsite preventative maintenance visit per contract year. 2. Shall include unlimited technical support of contact for assistance (e.g., telephone-based, email-based, website-based, etc.) and unlimited corrective/remedial maintenance visits for services, Monday - Fridays (excluding Federal Holidays) between the hours of 7:00 AM - 5:00 PM Central Standard Time. 3. Shall include unlimited software and firmware updates. 4. 48-hour guaranteed onsite response to a request for emergency on-site repair service, Monday - Fridays (excluding Federal Holidays) between the hours of 8:00 AM - 5:00 PM Central Standard Time. 5. All maintenance and repair activities shall be performed by formally trained and certified technicians/engineers, following Original Equipment Manufacturer (OEM) specifications, manuals, and service bulletins, using OEM replacement parts, components, subassemblies, etc. 6. Service Record and Reports - The contractor shall, commensurate with the completion of each service call (inclusive of warranty service), provide the end-user of the equipment with a copy of the field service report/ticket identifying the equipment name manufacturer, model number, and serial number of the equipment being serviced/replaced and detailing the reason for the service call, a detailed description of the work performed, the test instruments or other equipment used to affect the repair or otherwise perform the service, the name(s) and contact information of the technician who performed the repair/service, and for information purposes, the on-site hours expended and parts/components replaced. In addition, the Contractor shall provide a written report to the FDA COR and Contract Specialist, summarizing all maintenance and repair activities (including warranty work) each time service and or repair is performed. Ship to Address (FOB Destination): Delivery, training, warranty, and post warranty maintenance shall be conducted at: US Food and Drug Administration National Center for Toxicological Research (NCTR) ATTN: Stacey Dial 3900 NCTR Road, Bldg. HFT - 132 Jefferson, AR 72079 Potential contractors must indicate business size and proof of any set-aside certification and provide a contact name, address, phone number, and e-mail address. Capability statements must provide enough information to determine if the company can meet the requirement and shall not be more than 5 pages excluding set-aside certifications. Capability statements must reference similar work that has been performed by the contractor in the last three (3) years, a description of the work and contact information for references knowledgeable about the quality of the supplies provided with the Arkansas geographical area. Identification of the firm's GSA Schedule contract(s) by schedule number, contract number, and SINs that are applicable to this potential requirement are also requested. Interested Contractors must respond with capability statements which are due in person, by postal mail, fax or email to the point of contact listed below on or before May 11, 2016 by 2:00 pm (Central Standard Time in Jefferson, AR) at the Food and Drug Administration, FDA/OO/OFBA/OAGS/DAP, ATTN: Jennifer L. Johnson, 3900 NCTR Rd., HFT-320, Bldg. 50, Room 429, Jefferson, AR 72079. Reference FDA-1162101. For information regarding this market survey, please contact Jennifer L. Johnson at (870) 543-7830, Fax: (870) 543-7990, or email: jennifer.johnson3@fda.hhs.gov. 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 complex and sufficiently detailed to allow the Government to determine the organizations 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 the respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/FDA-1162101/listing.html)
 
Place of Performance
Address: US Food and Drug Administration, National Center for Toxicological Research (NCTR), ATTN: Stacey Dial, 3900 NCTR Road, Bldg. HFT - 132, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN04105193-W 20160506/160504234233-f0812108a4708c99caf5d3778119c11e (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.