Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2019 FBO #6433
SOURCES SOUGHT

66 -- 664-19-3-9143-1017 RESEARCH LAB EQUIPMENT Flow Cytometer

Notice Date
7/3/2019
 
Notice Type
Synopsis
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26219Q0929
 
Response Due
7/10/2019
 
Archive Date
9/8/2019
 
Point of Contact
Anthony.DelaCruz@va.gov
 
Small Business Set-Aside
N/A
 
Description
THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES. IT DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This Request for Information (RFI) is issued to obtain price, delivery, market information and capabilities for planning purposes. It does not constitute a solicitation. All information received marked proprietary will be handled accordingly. IAW FAR 15.201(e), response to RFI are not proposals and cannot be accepted by the Government to form a binding contract. Responders are responsible for all expenses associated with notice. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a source sought. The purpose of this source sought is to gain knowledge of potential vendor and their size classification relative to NAICS 621511 ($32.5 Size Standard in millions). Response to source sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published in the FedBizOpps or GSA eBuy websites. Response to source sought are not considered adequate for a solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking vendor that can provide a Flow cytometer for VA San Diego Healthcare System, Department of Research. Below salient characteristics must be met with brand name or equal product: 1. Must have three excitation lasers (405nm, 488nm, 640nm) to maximize fluorophore options. 2. Must have spatially separated beams to minimize emission signal overlap. 3. Must have 15 detection channels to maximize signal detection: Forward scatter (FSC), side scatter (SSC) and 13 fluorescent detection channels. 4. Must employ user-exchangeable filters. 5. Must have fixed optics, requiring no operator alignment. 6. Must have a 7 log dynamic range, eliminating the need to set photomultiplier (PMT) voltages and simplifying instrument set up. 7. Must have a fluorescence threshold sensitivity of < 75 MESF for FITC and < 50 MESF for PE to enable detection of weak signals. 8. Must have a large, 170 x 290 µm quartz flow cell to minimize the chance of clogs. 9. Must have a sample acquisition rate of 20,000 events/seconds to enable rapid data acquisition and thus efficient sample processing. 10. Must have a robust, modular and automated means of sample acquisition and processing that enables use of the following sample input formats: 24 tubes measuring 12x75mm. 1.5mL and 2.0mL tubes. 24-well (standard) microwell plates. 96-well (flat-bottom, U-bottom, V-bottom) microwell plates. 11. Must employ a retractable probe and a built-in probe decontamination fluidics system to eliminate the possibility of cross-contamination between samples during acquisition. 12. Must employ NovoExpress, a fully-featured, robust software package enabling: Operation, maintenance and troubleshooting of the flow cytometer. Direct data analysis. Data export in FCS 3.0 and CSV formats for third-party software analysis. The ability to acquire and analyze data simultaneously in conjunction with the NovoSampler s operation. 13. Must employ negative-pressure sample acquisition to minimize ambient room noise. 14. Must have an operating temperature range of 15 to 32 degrees centigrade, enabling optimal performance while lessening the strain on the building s HVAC system. 15. Must employ simple, automated, fast, one-button procedures for: Startup. Cleaning. Decontamination. Shutdown. 16. Small benchtop footprint that will fit into limited amount of laboratory bench space. 17. Must have 15-parameter detection capacity. Brand name Info: ACEA Bioscience Novocyte 3000 (Catalog No.2010011) The information above is descriptive. The purpose is to accomplish salient characteristics that fulfill a flow cytometer the government seeks to procure for VA San Diego Research Department. It is responsibility of interested source to demonstrate to government that interested source can provide a flow cytometer. Notice: No remanufactures or gray market items/ supplies will not be acceptable. Interested parties of RFI/RFQ must be an authorized reseller, distributor, or dealer of the O.E.M. (Original Equipment Manufacturer). Verification can be provided by an authorization letter or other documents from the OEM. Equipment shall be in accordance with the OEM terms and conditions. No exceptions, must be a manufacturer authorized distributor. If you are interested, and capable of providing the sought out supply please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Small Business or Large Business, etc. (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities regarding the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics. Response to this notice shall be submitted via email to Anthony.delacruz@va.gov. Telephone responses shall not be accepted. Responses must be received no later than July 10, 2019 at 6:00 a.m. PST. If a solicitation is issued it shall be announced a later date. Interested parties must respond to the solicitation announcement. Response to this notice are not a request to be added to a prospective bidders list or to receive copy of solicitation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26219Q0929/listing.html)
 
Place of Performance
Address: VA San Diego HCS;San Diego
Zip Code: 92161
Country: USA
 
Record
SN05359971-F 20190705/190703230020 (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.