Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2016 FBO #5293
SOURCES SOUGHT

66 -- Brand Name or Equal Becton, Dickinson and Company ACCURI C6 Plus System with CSampler Plus and PC

Notice Date
5/19/2016
 
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
N02RC62581-8
 
Archive Date
6/8/2016
 
Point of Contact
Megan N. Kisamore, Phone: 2402765261
 
E-Mail Address
megan.kisamore@nih.gov
(megan.kisamore@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
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 performing the work described 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. Purpose The purpose of this acquisition is to purchase one (1) brand name or equal Becton, Dickinson and Company ACCURI C6 Plus System with CSampler Plus and PC. Background The Department of Health and Human Services, National Institutes of Health, National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Molecular Biology (LMB), develops novel cancer treatment agents. Specifically, the Biotherapy Section of the LMB produces new cytotoxic proteins that are targeted to bind receptors on the surface of cancer cells. To confirm the presence of these target receptors, the LMB, Biotherapy Section uses antibodies and flow cytometry. Using this technique and the requested benchtop flow cytometer system, the LMB, Biotherapy Section can determine rapidly whether or not tumor cells have the correct target molecule on their cell surface. When cytotoxic treatments are added, the LMB Biotherapy Section can monitor cell death by checking for the presence of Phosphotidyl Serine; a marker of apoptosis. If apoptotic cell death is detected in most cells, the LMB Biotherapy Section will have confirmation of success in the design of its cytotoxic molecule. The purchase of the requested instrument will be used in the Laboratory to detect the death of cancer cells after various treatments. The benchtop unit is needed to measure rapidly the status of cancer cells in the hours and days following various treatments, as the Laboratory designs and produces novel cytotoxic proteins destined for clinical trials. It is therefore essential that the LMB, Biotherapy Section investigates the activity of these proteins against target cell lines that represent various cancers. In addition the LMB, Biotherapy Section designs treatments for model tumors grown as xenografts in immunodeficient mice. After mice are treated, the LMB, Biotherapy Section harvests tumor samples and assess the damage caused to tumors. The requested instrument will allow the LMB, Biotherapy Section to assess the status of tumor cells before, during and after treatment. The following product features/salient characteristics are required for this requirement: PRODUCT FEATURES/SALIENT CHARACTERISTICS •Benchtop flow cytometer with two lasers (one blue and one red) that can measure 4 fluorescent parameters simultaneously •Capable of processing samples in standard 24-tube rack for 12 x 75mm tubes or in the following formats: a 48-well plate, 96-well plate or in a 96-deep-well plate format •Capable of reporting on all standard assays for apoptosis, cell cycle analysis; and •Capable of being used to detect binding to surface or intracellular antigens •Instrument shall not exceed 11.5 x 15 x 17 (H x W x D) inches due to lab spacing constraints •Weight not to exceed 35 lbs to allow portable movement • Capable of reporting on live, early apoptotic and late apoptotic cells as well as staining for cell cycle markers, such as those quantifying DNA content • Capable of measuring surface binding by antibodies or ligands and can report on approximate binding affinities of multiple variants; an ideal approach for measuring improvements to the binding affinities of "affinity matured" scFvs or FABs • Software with automated functions, to allow common procedures to be executed automatically. • Simplified workflow with reagents and kits • Walkaway convenience with automated sample loader • Volumetric counting and continuous sampling DELIVERY / INSTALLATION Delivery shall be within 90 days of purchase order award. All shipping/handling and delivery/installation fees shall be included in the quote. Upon delivery, Contractor must notify the NCI Technical Point of Contact (POC) to schedule the installation date and time. (NCI Technical POC TBD upon award). Installation shall be performed by, or under the direct supervision of, a certified operator. The Contractor shall deliver and install the equipment at the following address: To be delivered to National Institutes of Health 37 Convent Drive, Bldg 37, Rm 5124 Bethesda, MD 20892 TRAINING Basic training of instrument-specific manipulations and handling of samples and data shall be included. WARRANTY System shall provide a minimum 12-month warranty, which covers: service Monday through Friday 8:00 AM - 5:00 PM EST; and the cost of repair and/or replacement, including labor or any defect in workmanship or parts. How to Submit a Response: 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 a minimum of a two pages demonstrating experience over the past two years meeting the requirements of this notice. Statements should also include an indication of current certified 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). Responses will be reviewed only by NCI personnel and will be held in a confidential manner. 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. All questions must be emailed to Megan.Kisamore@nih.gov. Capability statements are due no later than 11:00 AM EST on Tuesday, May 24, 2016, via email, to Contract Specialist, Megan Kisamore, at Megan.Kisamore@nih.gov. A determination by the Government not to compete this 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. In order to receive an award, contractors must have valid registration and certification in the System for Award Management (SAM) and the Online Representations and Certifications Applications (ORCA), through SAM.gov. No collect calls will be accepted. Please reference SBSS-N02RC62581-8 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 ability to provide the required item(s). 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). FAR 52.211-6, Brand Name or Equal (AUG 1999) is applicable to this requirement. The Contracting Officer is not responsible for locating or obtaining any information not identified in capability statements received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC62581-8/listing.html)
 
Record
SN04122755-W 20160521/160519234609-efceef71e125a2a212344c3164bb3d30 (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.