Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 29, 2020 SAM #6817
SOLICITATION NOTICE

65 -- Procurement of a Flow Cytometry Analyzer for the Gershengorn Lab

Notice Date
7/27/2020 3:13:23 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
 
ZIP Code
20817
 
Solicitation Number
NICHD-20-180
 
Response Due
8/10/2020 6:00:00 AM
 
Archive Date
08/25/2020
 
Point of Contact
Amber Harris
 
E-Mail Address
amber.harris@nih.gov
(amber.harris@nih.gov)
 
Description
�� � �� �COMBINED SYNOPSIS / SOLICITATION WORKFORM (1)�� �Action Code: �Combined Synopsis/Solicitation (2)�� �Date: 7/27/2020 (3)�� �Year: 2020 (4)�� �Contracting Office Zip Code: 20892 (5)�� �Project Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6)�� �Contracting Office Address: 6710B Rockledge Drive Bethesda, MD 20892 (7)�� �Subject/Title: Procurement of a Flow Cytometry Analyzer for the Gershengorn Lab (8)�� �Proposed Solicitation Number: NICHD-20-180 (9)�� �Closing Response Date: 8/10/2020 (10)�� �Contact Point: Amber Harris (11)�� �Contract Award and Solicitation Number: TBD (12)�� �Contract Award Dollar Amount: TBD (13)�� �Contract Line Item Number(s): TBD (14)�� �Contractor Award Date: TBD (15)�� �Contractor Name: TBD (16)�� �Description: (Background) (i)�� ��This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. �This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.�� (ii)�� �The solicitation number is NICHD-20-180 and the solicitation is issued as a request for quote (RFQ). (iii)�� �The solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07 effective 2 JULY 2020. (iv)�� �The associated NAICS code is 334516, Analytical Laboratory Instrument Manufacturing, and the small business size standard is 1,000. �The acquisition is being conducted in accordance with the procedures of FAR Part 12 and FAR Part 13.� (v)�� �The Contractor Requirements are listed below: 1.0�� �PURCHASE ORDER TITLE Procurement of a Flow Cytometry Analyzer for the Gershengorn Lab �� ��� � 2.0�� �BACKGROUND The Gershengorn lab conducts research investigating receptor biology related to endocrine disease and requires, on an ongoing basis, rapid and simultaneous multiparametric analysis of cells (thousands of cells/second). Flow cytometry is a widely used method for analyzing cell size & volume, assessing the purity of isolated subpopulations, characterizing & defining different cell types in a heterogeneous cell population, and analyzing the expression of cell surface & intracellular molecules.� The lab also develops and tests small molecules for potential therapeutic applications. Recently, the lab has been testing thyroid cancer cell lines for bringing about potential therapeutic application using the small molecule ligands for thyroid stimulating hormone receptors and has seen initial promising results. This current cell-based research in cancer therapeutics includes the detection of tumor cell DNA aneuploidy, the analysis of tumor cell proliferation and the involvement of various cellular proteins in the same. Moreover, the levels of receptors expressed on the cell surface and cytoplasm are also of interest for further study. Alongside, the cells isolated from xenograft tumors in vivo will also be studied for the same parameters. These studies will need rigorous sample handling. Most of the new samples will comprise of: (a) Multiple factors; (b) Multiple controls � both positive and negative; (c) Multiple number of samples in each set with at least 3 biological repetitions; (d) Multiple fluorochromes with at least 2 to 3 in most experiments; (e) Variable number of cells in each sample � since cell proliferation and ploidy will be different under different treatment. Handling all these factors in a single experiment will require flexibility, easy operation, sensitivity and fast processing of samples in an ideal instrument. At the same time, with a moderate budget a more flexible instrument that can be upgraded in future is more desirable. Moreover, lab space is for this instrument is limited, so exterior dimensions are major factor. 3.0�� �OBJECTIVE The objective is to purchase a CytoFLEX System B2-R2-V0 and accessories. 4.0 �� �SALIENT / REQUIRED FEATURES AND SPECIFICATIONS Technical Requirements: 1.�� �Footprint/External Dimensions not to exceed 18 in � 18 in, this �� �includes footprint of plate loader attachment. 2.�� �Initiation, overall setup, and processing in ? 10 minutes. 3.�� �Photodiode detectors capable of working from 200 to 1100nm. 4.�� �Low carryover with efficiency ? 99%. 5.�� �Detectors with noise level ? 65 dBA. 6.�� �Minimum, 4 color analysis with the use of blue-green 488 nm and a red 638 or violet 405 nm lasers. 7.�� �Sensitivity with ? 50 molecule MESF-FITC or ? 10 molecule MESF-PE in 488 laser and fluorescence resolution ? 24 bits and 7 decades 8.�� �Include fluorescent filters capable of detecting 13 different fluorochromes. 9.�� �Capable of violet-SSC to detect ? 80nm sized population. 10.�� �Variable fluidic rates with defined sample acquisition rates between 10 to 240 ul/min. 11.�� �Included peristaltic pump or equivalent to allow direct absolute count measurements without the need for reference beads and a syringe pump sample delivery system. 12.�� �Capable of Automatic or manual full matrix compensation to user-made change in detector gains. 13.�� �Option for 96-well plate loader alongside flow cytometry and microcentrifuge tubes loader without increasing instrument footprint. 14.�� �Estimated maintenance costs ? $200 per annum 15.�� �Software capable of post process data analysis multiplatform data export and compatible to Windows 10. 1.�� �Direct export to MS Office files is preferred. 16.�� �Include system-dedicated computer with 23� monitor. This will assist us in achieving NIDDK research goals by expanding the types of experiments we are able to perform and allow us to extend the use of patient-derived tissue. 5.0 �� �TASKS AREAS Independently, and not as an agent of the Government, the contractor shall perform all of the detailed Task Areas listed below: Task Area 1 � Vendor will deliver instrument at a date TBD no later than September 30, 2020.� Task Area 2 � Vendor will contact Program Manager at 301-451-6306 to schedule delivery. Delivery is to be inside delivery, to the place of installation. Task Area 3 � Field Technician provided by the Contractor will unpack, inspect, and install the unit. During installation, Field Technician will perform the following: 1) Validate the Environment; 2) Open the package and confirm presence of components listed on packing slip; 3) Unpack unit and accessories, connect power, fluidics, and workstation if necessary; 4) Install software; 5) boot system; 6) run start-up program; 7) Prime instrument; 8) perform QC; and 9) Import the lot-specific target values files. Field Technician will remove all packaging materials and debris associated with the delivery & installation. The Program Manager will be present during installation of the equipment. Task Area 4 � The vendor shall provide software to operate the flow cytometer with a perpetual license to the government. The software will be Windows 10 compatible. The provided computer hardware will have sufficient power and storage capabilities so that the instrument can operate fully in a multiuser environment.� Vendor will provide a 12-month warranty including parts, labor and travel commencing upon installation. Project Manager will ensure required maintenance. Task Area 5 � The Program Manager will be present during installation of the equipment. Within 5 business days of a successful completion of the install the Program Manager will contact the Customer Service Division of the vendor to schedule the training session required. Training will be held for up to 8 employees, in a single 2-hour training session scheduled on a mutually agreeable date. Training must take place within 30 days of the completed installation at no extra cost. If, for any reason, the Program Manager does not schedule the training session within 30 days of installation, the vendor reserves the right to bill the government in full for the full contract price. 6.0�� �PURCHASE ORDER TYPE This Purchase Order is to be a firm fixed price.� 7.0�� �INSPECTION AND ACCEPTANCE Inspection and acceptance will be performed at the place of installation - National Institutes of Health, NIDDK, 9000 Rockville Pike, Maryland 20892. (vi)�� �This requirement is being pursued through the authority granted in FAR 52.211-6, Brand Name or Equal. This is a requirement for a Beckman Coulter CytoFLEX System B2-R2-V0 and accessories. � (vii)�� �Period of Performance: �Delivery Within 60 Days weeks ARO (viii)�� �The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (viii)�� �The provision at FAR clause 52.212-2, Evaluation � Commercial Items, is applicable. �Award will be made to the contractor providing the most advantageous quote to the Government. �Technical factors and price considered. � Specifically, the following technical factors will be evaluated: i.�� �The vendor will be evaluated on their quoted product meeting the specifications under section 16.v 4.0 SALIENT / REQUIRED FEATURES AND SPECIFICATIONS (x)�� �FAR clause 52.212-3, Offeror Representations and Certifications � Commercial Items, is applicable. �An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (p) of this provision. � (xi)�� �FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition. (xii)�� �FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items, applies to this acquisition. �Including the following clauses and Prohibitions: i.�� �52.219-28, Post Award Small Business Program Representation ii.�� �52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). iii.�� �52.222-21, Prohibition of Segregated Facilities iv.�� �52.222-26, Equal Opportunity v.�� �52.222-36, Equal Opportunity for Workers with Disabilities vi.�� �52.222-50 Combating Trafficking in Persons vii.�� �52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving� viii.�� �52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83) ix.�� �52.225-13, Restrictions on Certain Foreign Purchases Additional Clauses: i.�� �FAR 52.211-6, Brand Name or Equal. ii.�� �52.232-33, Payment by Electronic Funds Transfer� System for Award Management (Jul 2013) (31 U.S.C. 3332) iii.�� �52.232-39, Unenforceability of Unauthorized Obligations (xiii)�� �Additional Contract Requirements: None (xiv)�� �The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable.� (xv)�� �Offers shall be submitted via amber.harris@nih.gov� (17)�� �Place of Contract Performance:� �� �National Institute of Health, NIDDK �� �5 Memorial Drive Bethesda, MD 20892
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e24f1f7700d6487dbd7ae076dfe8e46f/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05734986-F 20200729/200727230137 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.