SPECIAL NOTICE
66 -- Notice of Intent for Sole Source Cell Sorter
- Notice Date
- 9/13/2018
- Notice Type
- Special Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
- ZIP Code
- 80840-2315
- Solicitation Number
- FA700018T0087
- Archive Date
- 9/19/2018
- Point of Contact
- Miles Montgomery,
- E-Mail Address
-
louis.montgomery.2@us.af.mil
(louis.montgomery.2@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The 10CONS/PKB, Operational Contracting Office, US Air Force Academy, CO received a Sole Source justification for the purchase of a FACSMelody cell sorter that is manufactured and distributed by Becton, Dickinson & Co., Franklin Lakes, NJ. This procurement is for the acquisition of a sole source commercial item using simplified procedures in accordance with FAR Part 13. Required salient characteristics: a) Benchtop cell sorter with completely automated setup, calibration and monitoring of laser and nozzle alignment, droplet breakoff, drop delay, side stream positioning, stream alignment and fluidics b) Walkaway operation, including detection and prevention of bubble introduction into fluidics stream and collection container overflow c) Multiple sorting modes from temperature-controlled, agitated, 12 x 75 mm sample tubes including 2-way, single and purity d) 488 nm and 640 nm excitation lasers e) Forward scatter, side scatter, and at least four fluorescence detectors including the following bandpass filters: 510/10 nm, 586/42 nm, 660/10 nm and 700/54 nm (downstream of a 665 nm long pass) f) Ability to collect from single cell sorts into untreated 6-, 48- and 96-well plates with index sorting software that can display the flow cytometry data for each deposited cell g) High sensitivity (ability to detect less than 50 MESF-PE and less than100 MESF-FITC) that allows detection and sorting of dim and rare cells h) Windows 10 PC and monitor that meet minimum requirements for the software i) Customized BSL2 biosafety cabinet j) All consumables and replacement parts necessary for one year of operation (80 individual days of calibrations, cleanings and sorts of viable cells for downstream culturing) including sheath buffer and extra 100 micrometer nozzle k) Air compressor if pressurized air supply is required and any air or water filters if required for a non-distilled water supply l) Installation, training, and first-year service contract/warranty On 17 Aug 2018 a sources sought RFI was posted on FBO. One (1) response was received. That response was from Becton, Dickinson & Co. (BD), was sent to USAFA for review and was determined to be technically acceptable. The North American Industrial Classification System (NAICS) number is 334516 and the business size standard is 1,000. This request is issued for the 10TH Medical Group at the US Air Force Academy. The desired delivery date is 30 Sep 2018. Only one responsible source is known. That source is Ellex, Inc. This synopsis is for informational purposes only and does not constitute a solicitation for bids or proposals. DO NOT submit a bid/quote at this time. Any offerors believing they can provide the required opthalmic laser instrument with all of the features and functions of the requirement described above may provide evidence for consideration. Evidence must support the offeror's claim they can provide this brand name or equal. All qualified sources may submit a response, which if timely received, will be considered by this agency. Information received will be considered solely for the purpose of determining whether a competitive procurement can be conducted. A determination not to compete this proposed procurement based on response to this notice is solely within the discretion of the Government. Responses must be received NLT 09:00 am Mountain Standard Time (MST) on 18 Sep 2018. Responses received after this will be considered late IAW FAR 52.212-1(f) and will not be considered. The Government does not intend to pay for any information provided under this announcement. Contractors must have a current registration with the System For Award Management (SAM) at http://sam.gov/. The Government intends to award a Firm Fixed Price contract processed IAW FAR 12 and 13. The closing date of this synopsis is 09:00 am, Mountain Standard Time (MST) on 18 Sep 2018. Questions should be addressed to the Primary POC Miles Montgomery at louis.montgomery.2@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA700018T0087/listing.html)
- Place of Performance
- Address: 10MDG, 4102 Pinion Dr., US Air Force Academy, Colorado, 80840, United States
- Zip Code: 80840
- Zip Code: 80840
- Record
- SN05087928-W 20180915/180913231320-964aa978bab56bcbb2ddf0e3fa85ae27 (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 |