Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 25, 2021 SAM #7176
SOURCES SOUGHT

66 -- Acquisition of Flow Cytometry Instrument with autosampler

Notice Date
7/23/2021 2:44:48 PM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NIH NCI ROCKVILLE MD 20852 USA
 
ZIP Code
20852
 
Solicitation Number
75N91021Q00161
 
Response Due
8/3/2021 9:00:00 AM
 
Archive Date
08/18/2021
 
Point of Contact
David Romley, Phone: 2402767822
 
E-Mail Address
David.Romley@nih.gov
(David.Romley@nih.gov)
 
Description
SOURCES SOUGHT NOTICE: Acquisition of Flow Cytometry Instrument with autosampler Notice Number: 75N91021Q00161 Issued By: National Cancer Institute (NCI), Office of Acquisitions (OA) http://www.nci.nih.gov� or http://rcb.cancer.gov/rcb-internet/ Key Dates: Capability Statement Due Date: August 3, 2021 by 12:00PM EST This Small Business Sources Sought Notice (SBSS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Cancer Institute (NCI). The purpose of this Sources Sought Notice is to identify qualified Small Business concerns including 8(a), HUBZone or Service-Disabled Veteran-owned businesses that are interested in and capable of performing the work described herein. The NCI does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This requirement is assigned North American Industry Classification System (NAICS) code 334516 with a size standard of 1000 employees. As a result of this Sources Sought Notice, the NCI may issue a Request for Quotation (RFQ). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME.� However, should such a requirement materialize, no basis for claims against NCI shall arise as a result of a response to this Sources Sought Notice or the NCI�s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. BACKGROUND The National Cancer Institute (NCI), Division of Cancer Epidemiology and Genetics (DCEG), Laboratory of Translational Genomics will use this equipment to develop new approaches to the study of the genetic basis of cancer and its outcomes. Specifically, DCEG is investigating the genetic basis of strong association signals identified in candidate gene association studies, loci identified by linkage analyses in high-risk families, or genome-wide association studies (GWAS). Flow Cytometry is a cell analysis technique used to measure the volume of cells in a rapidly flowing fluid stream as it passes in front of a viewing aperture. Flow cytometry offers researchers the ability to rapidly characterize and analyze millions of cells and can be used in a significant number of cell analysis applications, ranging from phenotyping to cell health and viability. The flow cytometer will be used for a variety of functional assays including the analysis of cell cycle progression, apoptosis, and purity of cell type fractionation. TYPE OF ORDER This will be issued as a Non-Severable Firm Fixed-Price Purchase Order. SPECIAL ORDER REQUIREMENTS PRODUCT FEATURES/SALIENT CHARACTERISTICS The following product features/characteristics are required for this Instrument: 3 laser flow cytometry instrument: 405nm (50mW), 488nm (50mW), 637nm (100mW) Must have flat-top lasers (not Gaussian), providing an intensity profile which is flat over most of the covered area, allowing a much wider window of alignment and leading to fewer service calls over the life of the instrument.� Lasers much be in fixed alignment that does not require user adjustment Acoustic focusing technology that pre-focuses the samples within the sample stream prior to laser interrogation, allowing sample rates up to 1mL/minute.� Must have at least 13 detection channels, including forward and side scatter. Allows option to add an additional laser at a later time. Sample analysis volume: 20 uL � 4 mL. Flow rate of 12.5 � 1,000 uL/minute, user adjustable. Provides electronic event rate of up to 35,000 events per second. Must utilize a positive displacement syringe pump for sample delivery providing accurate volumetric analysis and clog-resistance. Must have a Sample Recovery feature to recover unused samples. Active fluid sensing to alert users when additional fluids are needed All fluid reservoirs are stored within the instrument.� Automated start-up, shutdown, and cleaning cycles Fluorescence sensitivity: ?80 molecules of equivalent soluble fluorochrome (MESF) for FITC, ?30 for PE, ?70 for APC photodiode detection of forward scatter with 488/10 nm bandpass filter Side scatter from PMT with 488/10 nm bandpass filter Computer workstation with Windows 10 and monitor. Software for operation, data collection: Displays real time acquisition status to see event rate and total number of events collected. User control of flow rate, gating and laser voltage. On-plot compensation tools. Fully customizable software layout to display a variety of plot types. Templates can be created that include instrument and compensation settings Autosampler to allow walk-away use of the instrument. Autosampler compatible with 96-, 384-, and deep-well plates Autosampler performs automated cleaning for shutdown. Autosampler mixes samples by aspiration One-click conversion between tubes and plates � no restart required DELIVERY / INSTALLATION The instrument shall be delivered to the Contracting Officer Representative (COR), within 30 days of purchase order award. A minimum 12-month manufacturer warranty must be included Shipping/Handling costs must be included in the quote. NCI will not be�responsible in the event charges are not included in the quote. Installation charges must be included in the quote. Note: NCI plans to award a contract that has FOB origin delivery terms. TRAINING Installation and Training shall occur within 14 days of delivery.� This purchase shall include two days of on-site training with a Field Applications Scientist, to include two full, non-consecutive days of maintenance and instrument and software training. Optimization of instrument settings, templates, workspace set up, etc., will also be included. WARRANTY The Contractor shall warrant that any instruments, equipment, components, or other supplies (�Supplies�) procured by this purchase are free of defects in design, material, or manufacture for a period of 12-months from date of installation. The Contractor shall warrant that all consumables or expendable parts are free of defects in design, material, or manufacture for a period of at least 90 calendar days from date of acceptance by the Government. Supplies which are repaired or replaced shall be warranted for the remainder of the initial warranty period or for 90-days � whichever is greater. 12-months of Technical Support shall be included in the warranty. How to Submit a Response: Page Limitations: Interested qualified small business organizations should submit a tailored capability statement for this requirement not to exceed 10 single sided pages including all attachments, resumes, charts, etc. (single spaced, 12-point font minimum) that clearly details the ability to perform the requirements of the notice described above.� All proprietary information should be marked as such.�� Responses should include a minimum of a one page resume of the individuals meeting the requirements, and up to two pages demonstrating experience over the past two years meeting the requirements of this notice.� Statements should also include an indication of current small business status; this indication should be clearly marked on the first page of your capability statement (preferable placed under the eligible small business concern�s name and address).� Responses will be reviewed only by NIH personnel and will be held in a confidential manner. Organizations shall demonstrate 1.) Technical Approach 2.) Personnel Requirements and Organizational Experience. � Due Date:� Capability statements are due no later than August 3, 2021 by 12:00PM EST Delivery Point: All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the unique specifications described herein.� All questions must be in writing and emailed to David.Romley@nih.gov.� A determination by the Government not to compete this 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 have valid registration and certification in the System for Award Management (SAM) at Beta.SAM.gov. No collect calls will be accepted.�Please reference number 75N91021Q00161 on all correspondence. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a RFQ may be published in beta.SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation(s). Point of Contact: Inquiries concerning this Notice may be direct to: David Romley at David.Romley@nih.gov. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/70ac61bb92784564a519ccfdb68e5ae1/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06072434-F 20210725/210723230119 (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.