Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 14, 2018 FBO #5986
SOLICITATION NOTICE

J -- Instrument rental, reagents, quality control material and instrument supplies

Notice Date
4/12/2018
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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
N02RC85013-45
 
Archive Date
5/9/2018
 
Point of Contact
Miguel Diaz, Phone: 2042765439
 
E-Mail Address
miguel.diaz@nih.gov
(miguel.diaz@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Pathology (LOP) plans to procure, on a sole source basis, a reagent rental contract for use of rental equipment with supporting equipment product supply and to provide a preventative and corrective maintenance component for equipment from BD Biosciences of 2340 Qume Dr., San Jose, CA 95131. This acquisition will be processed in accordance with simplified acquisition procedures as stated in FAR Part 13.501(a)2(i) and is exempt from the requirements of FAR Part 6. The North American Industry Classification System code is 811219 and the business size standard is $20.5 million. Only one award will be made as a result of this solicitation. It will be awarded as an indefinite delivery, indefinite quantity contract with a 36-month period of performance. It has been determined there are no opportunities to acquire green products or services for this procurement. Flow Cytometric immunophenotyping is standard medical care for patients with hematolymphoid malignancies and therefore a necessary clinical service for NCI patients. The Laboratory of Pathology (LP) Flow Cytometry Laboratory is the only NIH laboratory providing standard diagnostic flow cytometric evaluation of minimal residual disease in neoplastic specimens. In addition, the LP Flow Cytometry Laboratory provides unique and highly complex flow cytometric testing mandated on numerous NCI protocols and unavailable at any commercial laboratory or any single academic pathology laboratory. Because the LP Flow Cytometry Laboratory has a very high specimen volume-to-resources ratio, care must be taken to accommodate a maximum number of daily specimens. Testing demand can exceed FTE resources on occasion and patient specimens above the maximum per FTE may be refused to avoid increased error rates. With reagent rental, the two (2) BD-owned LWAs can support a higher maximum number of specimens by processing specimens independently allowing FTEs to perform additional testing. New clinical protocols mandating flow cytometric testing are supported with sufficient robotic and FTE coverage. Now, as new protocols requiring Flow Cytometry immunophenotyping are scheduled to begin in the next fiscal year, meeting the increasing demand for flow cytometric testing requires Follow-on of the adjusted IDIQ to insure continued use of the two (2) existing BD-owned LWA robotic systems compatible with the existing NIH-owned BD equipment. The purpose of this acquisition is to provide use of rental equipment with supporting equipment product supply and to provide a preventative and corrective maintenance component for equipment in the Laboratory of Pathology / Flow Cytometry Laboratory by BD Biosciences. The rental equipment (FACS Lyse Wash Assistant equipment-LWA) is a commercial item capable of preparing clinical protocol specimens for analysis with proprietary features to insure consistency of cell yield with minimal loss. The performance characteristics and standards have been established and proven to be beneficial to the Government's need for consistency and quality. The supporting equipment product supply (antibodies, quality control material and instrument reagents) have been in use with ongoing clinical protocol research and must continue to be utilized to prevent variation in research findings. The supply of commercial antibodies, quality control material and instrument reagents are specific for use with the BD Bioscience rental instrument and are critical components for providing the Government with continued analysis of ongoing clinical research protocol specimens for Research & Development (R&D) in the Laboratory of Pathology. Compatibility requirements with existing systems include BD FACSCantoII Flow Cytometer and FACS Supply System. Compatibility of continued reagent rental instrumentation with existing BD FACSCantoII Flow Cytometers has been evaluated and qualified for testing for many clinical trial research protocols. Any change in instrumentation or reagents would involve evaluating new testing for the entire antibody inventory against the manufacturer's specifications incurring interruption of patient care, staff retraining and SOP creation for approval without a guarantee of reproducible results critical to ongoing clinical protocols. This acquisition will provide use of existing rental equipment, equipment supplies and maintenance to ensure ongoing clinical research protocol outcome is consistent. Use of new or alternate equipment, supplies or maintenance service from other sources will delay patient testing and impact research result outcome. This notice is not a request for competitive quotation. However, if any interested party, especially small business believes it can meet the above requirement, it may submit a proposal or quote for the Government to consider. The response and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement. Responses must be received in the contracting office by 3:00 PM ET, on April 24, 2018. All responses and questions must be via email to Miguel Diaz, Contracting Officer at miguel.diaz@nih.gov. A determination by the Government not to compete this proposed 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 be registered and have valid certification through SAM.GOV and have Representations and Certifications filled out. Reference: N02RC85013-45 on all correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC85013-45/listing.html)
 
Record
SN04887149-W 20180414/180412230731-bc3f074756e0a029d854063fc3012609 (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.