SOLICITATION NOTICE
66 -- Instruments & Laboratory Equipment
- Notice Date
- 8/25/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- NIAID-RFQ-17-1857558-1
- Archive Date
- 9/16/2017
- Point of Contact
- Tonia L Alexander, Phone: 240-669-5124
- E-Mail Address
-
talexander@niaid.nih.gov
(talexander@niaid.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Institute of Allergy and Infectious Diseases (NIAID), Immune Activation Section (IAS) of the Laboratory of Molecular Immunology (LMI) is requesting a to procure a Flow Cytometer that will serve their daily usage. This acquisition will be processed under FAR Part 13 - Simplified Acquisition Procedures. Only one award will be made as a result of this combined/synopsis solicitation. This will be awarded as a firm-fixed price based on 1) salient characteristics, 2) price and 3) delivery. Delivery to Bethesda, Maryland 20892 approximately 45 days after receipt of award. The Flow Cytometer instrument must have the following salient characteristics: • at least 3 lasers that allow for at least 14 parameters to be analyzed • be backed by service agreement; furthermore, an extended warranty/maintenance of more than a year is highly desirable • an option of a true UV laser that emits at 355 mm • to collect pulse area, height and width on all parameters simultaneously • to have a fixed alignment optics in conjunction with spatially separated solid state lasers, which assures better results • optical filters and mirrors must be replaceable to allow more experimental flexibility • must have minimum sensitivity of <30 MESF-PE, <80 MESF-FITC and <75 MESF-APC for these fluorescent markers • data acquisition software must be capable to perform real-time statistics • must analyze at least 30 logical gates • have digital electronics with acquisition speeds of at least 25000 events/sec, with only minimal decrease in signal at high event rates • allow for High Throughput Sampler (HTS) loading from 96 and 384 well microtiter plates • HTS must be able to run a 96 well plate in the high throughput mode in 15 minutes or less • instrument must have an integrated sampler software within the cytometer operating system • must have a continuous flow of sheath fluid, not a syringe based systems, in order to look at unlimited data volume or to analyze rare events • include a Fluidics Supply System which has up to 20 l capacity for sheath fluid and waste; this should allow the instrument to run for extended periods of time without needing to add Sheath fluid • instrument must be backed by an established technical department that can deal with Biosafety Level-3 containment with on-site service engineers • have minimal sample carryover, with less than.03% possible in single tube mode • must include an operating system with CQ software that automatically determines and or adjusts Laser delays, Area Scaling Factor, Linear range, Fluorescence detector efficiency, Optical background and Electronic Noise for accurate and repeatable results • software must be able to export FCS 2.0/3.0/3.1 data files • software must be compatible with existing institute cytometers for ease and accuracy of assay replication; for allowing us to combine data obtained from existing institute cytometers with data obtained from this new instrument in experiments that require multiple repeats to reach statistical significance • Fluidics system must run a variety of saline sheath fluids including isotonic electrolyte balanced sheath for assay replication. All responsible sources should submit a response by email (subject line to reference NIAID-RFQ-17-1857558-1) to Tonia Alexander at talexander@niaid.nih.gov, by 3:00 pm eastern standard time Friday, September 1, 2017. All information furnished must be in writing and must contain sufficient detail to allow NIAID to determine if it can meet the above salient characteristics described herein. All responses received by the closing date and time of this solicitation will be considered by the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAID-RFQ-17-1857558-1/listing.html)
- Place of Performance
- Address: National Institutes of Health, NIAID, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04647116-W 20170827/170825231416-2ffbbbcb413f7538e6879d7ed6de1e26 (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 |