Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2016 FBO #5299
SOURCES SOUGHT

65 -- Brand name or equal BD Biosciences LSRFortessa X-30 Special Order Flow Cytometer

Notice Date
5/25/2016
 
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
SBSS-N02RC62586-24
 
Archive Date
6/15/2016
 
Point of Contact
Kimesha Leake, Phone: 2402765669, Jolomi Omatete, Phone: 2402766561
 
E-Mail Address
kimesha.leake@nih.gov, jolomi.omatete@nih.gov
(kimesha.leake@nih.gov, jolomi.omatete@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Notice Number: SBSS-N02RC62586-24 Issued By: National Cancer Institute (NCI), Office of Acquisitions (OA) http://www.nci.nih.gov or http://rcb.cancer.gov/rcb-internet/ Key Dates: Capability Statement Due Date: May 31, 2016 by 12:00 pm Eastern 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 businesses 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 is 500 employees. As a result of this Sources Sought Notice, the NCI may issue a Request for Quotation (RFQ). 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 NCI Vaccine Branch Flow Cytometry Core Facility provides research support to over 150 users within the NCI. The research projects supported by the core are complex and varied. As such, the facility is required to maintain equipment that provides for a wide range of applications and that includes the ability to modify and adapt capabilities as new applications are developed. In general, this requirement is satisfied by using instrumentation with a wide range of laser excitation wavelengths and power outputs combined with the ability to custom configure fluorescence detector capabilities. New applications and dyes have become available that are not able to be run on the current instruments in the core facility. Specifically, the non-human primate vaccine trials and humanized mouse experiments require getting the maximum amount of information with the minimum amount of samples. Therefore, the experiments need to utilize more than 18 colors. There is no current instrument at the NCI that can go above 18 colors. The features and characteristics of the instrument we seek information on are listed below: Salient Characteristics for the Brand name or equal BD Biosciences LSRFortessa X-30 Special Order Flow Cytometer: • Must have the ability to customize and configure fluorescence detector capabilities, including user access to, and ability to change, fluorescence band pass and long pass filters • Must have thirty (30) parameter simultaneous detection including FSC and SSC from five (5) lasers. • Must be upgradable to simultaneous 7 laser capability • Must contain simultaneous 30 parameter detection of 28 fluorescence markers plus forward scatter (FSC) and side scatter (SSC) signals • Must have automatic time delay calculation using instrument set-up software • Must have variable detector configurations using reflected light decagon PMT arrays • Must have LED pulsing for Quality Control (QC) by measuring relative background and noise • Must have integrated laser power control software that provides for turning power on/off and adjustable power level control for each of the software controllable lasers • Must have up to 5- lasers with the following wavelength (nm) and power output maximum (milli watts): o 405 nm, 200 milliwatts o 488 nm, 400 milliwatts o 628 nm, 200 milliwatts o 532nm, 1 watt o 355nm, 60 milliwats • Must provide fully integrated automatic sample injection from microtiter plates (96 or 384 well) with operation controlled by the cytometer software • Must have fluorescent resolution equal to or better of coefficient of variation (CV) area <3%, full G0-G1 peak for chicken erythrocyte nuclei (CEN) stained with propidium iodide (PI) • Must achieve separation of 0.05 um beads from noise on side scatter (SSC) channel • Data acquisition rate of theoretical 70,000 events per second for typical operation of 20,000 events per second with sample concentration of 2 x 107 cells/ml at a sample flow rate of 60ul/ml • Must have service response time of 24 hours or less by a BD Biosciences factory or equivalent trained technician 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. Statements should also include an 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). 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 May 31, 2016 by 12:00 pm Eastern 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. All questions must be in writing and emailed to Kimesha.leake@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 number SBSS-N02RC62586-24 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, a RFQ may be published in Fed Biz Opps. However, responses to this notice will not be considered adequate responses to a solicitation(s). Point of Contact: Inquiries concerning this Notice may be direct to: Kimesha Leake at Kimesha.leake@nih.gov. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/SBSS-N02RC62586-24/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04129429-W 20160527/160525235245-8c2057390dcfee916c0b0c3a1f54c185 (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.