Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2016 FBO #5360
SOURCES SOUGHT

66 -- Procurement of a small footprint high-dimensional flow cytometer for ETIB-NCI-NIH.

Notice Date
7/25/2016
 
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, Bldg 1050, Frederick, Maryland, 21702, United States
 
ZIP Code
21702
 
Solicitation Number
SBSS-N02RC62630-57
 
Point of Contact
Reyes Rodriguez, Phone: 240-276-5442
 
E-Mail Address
reyes.rodriguez@nih.gov
(reyes.rodriguez@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
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. The purpose of this acquisition is to Purchase of a small footprint high-dimensional flow cytometer for ETIB-NCI-NIH. The NCI Experimental Transplantation and Immunology Branch (ETIB) Flow Cytometry Facility provides essential optical biology services to the Branch and to other investigators in the NCI and NIH. The core is committed to maintaining an up-to-date array of instrumentation for its investigators. The purpose of this acquisition is to partially replace ETIB's current 12-year-old BD Biosciences LSR II with small footprint multicolor flow cytometer with high-dimensional analysis capabilities. Since space is limiting, the lab needs to acquire a small footprint flow cytometer that occupy less space than its current LSR II, while providing a minimum of 13 color analysis, accommodating both 96 well plate and 12 x 75 mm tube samples. The following product features/characteristics are required for this requirement, inclusive of hardware and/or software specifications (and why): • The instrument shall occupy a linear footprint of 1 meter or less, including cytometer, computer workstation and monitor. • The instrument shall have a minimum capability of 15 parameters, 13 of which are fluorescence detection channels. Less than this number is not acceptable. • This instrument shall have filters and dichroics that are accessible and can be changed by the end user. • The instrument shall be equipped with blue-green 488 nm, red 640 nm and a violet 405 nm lasers. Less than three lasers is not acceptable. • This instrument shall be capable of analyzing a minimum of three (3) fluorescence parameters aligned to the red laser (APC, Alexa Fluor 700 and APC-Cy7). • This instrument shall be capable of analyzing a minimum of five (5) fluorescence parameters aligned to a violet laser (BV421, BV510, BV570, BV605 and BV650, at a minimum). • This instrument shall operate with factory fixed PMT voltages, and have sufficient detector dynamic ranges to accommodate at least 6 log decades of fluorescence range without changes to the PMTs. • This instrument shall be equipped with a fully integrated 96 well plate sampler, and be capable of analyzing samples in either 96 well. • The instrument shall be capable of analyzing samples 12 x 75 mm tubes, either individually or in a rack. • This instrument shall be capable of calculating absolute cell counts without reagent addition, requiring a syringe pump sample delivery system. • Must include a workstation with a minimum of 23" LCD monitor and Windows 7 Professional Operating System. • Must include a software package for instrument operation and data analysis with a minimum of 3 licenses. • Must include a minimum of 12-month warranty. • Estimated shipping/handling costs must be included in the quote. DELIVERY / INSTALLATION Delivery Location/Govt POC name, number TBD "item shall be delivered within 60 days of purchase order award, etc. TRAINING The manufacturer shall install the equipment and provide one (1) full day of training to laboratory staff. 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 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 NIH personnel and will be held in a confidential manner. 2. Due Date: Capability statements are due no later than 11:00 am. EST on August 1, 2016. 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 Reyes Rodriguez Contracting Officer at reyes.rodriguez@nih.gov or mailed to the address located under Point of Contact. All questions must be in writing and can be faxed to (240) 276-5399 or emailed. 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 Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA), through sam.gov. No collect calls will be accepted. Please reference number SBSS-N02RC62630-57 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). Point of Contact: Inquiries concerning this Notice may be direct to: Reyes Rodriguez 9609 Medical Center Dr, Room 1E128 Bethesda, MD 20892-9705 reyes.rodriguez@nih.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/FCRF/SBSS-N02RC62630-57/listing.html)
 
Place of Performance
Address: TBA, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04194078-W 20160727/160725234734-acfa923b91f65c7fbe936a912688ec19 (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.