Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 05, 2024 SAM #8195
SOURCES SOUGHT

66 -- SOURCES SOUGHT: Flow Cytometry Instrument

Notice Date
5/3/2024 2:59:19 PM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95024Q00274
 
Response Due
5/17/2024 8:00:00 AM
 
Archive Date
06/01/2024
 
Point of Contact
Hashim Dasti, Phone: 3014028225
 
E-Mail Address
hashim.dasti@nih.gov
(hashim.dasti@nih.gov)
 
Description
This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement, to determine the method of acquisition, and availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality.� It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.� Responses will not be considered as proposals or quotes.� No award will be made as a result of this notice.� The Government will NOT be responsible for any costs incurred by the respondents to this notice.� This notice is strictly for research and information purposes only. Small businesses are encouraged to respond. For equipment/supply requirements, small business responses must include: (1) the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture), as well as (2) the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule). Background:� The Center for Alzheimer�s Disease and Related Dementias (CARD) works to understand the pathological basis of neurodegenerative diseases. The purpose of this acquisition is to provide a flow cytometry instrument to analyze single cells which can be paired with down stream single cell technologies. Purpose and Objectives: This acquisition is necessary for the preparation and analysis of single cells to support neurodegenerative disease research within the Center for Alzheimer�s Disease and Related Dementias. Project requirements: Cell sorter must be able to provide the following features. Lasers and Optics 488-nm blue laser, violet 405nm and red 640nm laser parameter plus FSC, SSC for a total 11 parameters FSC, SSC, and 9 colors. Spatially separated beams each with its own unique optical channel. ���� Laser Beam Alignment Laser and optical alignments with fixed alignments (no stepper motors) and require no user alignment. ���� Optical coupling The quartz cuvette flow cell is gel-coupled by refractive index matching optical gel to the fluorescence. ���� Detection channels Forward scatter (FSC), side scatter (SSC) and up to nine fluorescence channels. ���� Fluidics 5.0-mL polystyrene or polypropylene tubes can be used. Temperature control: Adjustable through software: 4�C, 22�C, 37�C and 42�C or off. Sample agitation: Adjustable through the software to keep the sample constantly suspended Sample flow automatically stops when the sample input tube is empty. 100-�m nozzle is removable and can be sonicated. A registered key-fit position at the bottom of the cuvette provides fixed stream alignment requiring no optical/laser system alignment Autoclavable 10-L stainless steel sheath container. 10-L polypropylene waste container ��� Performance Time from system power up to running sample, including powerup, fluidic startup, stream optimization and optional performance checks (instrument and drop delay QC): 80% of Poisson�s expected yield for all four populations. No limitation is imposed on the event rate. However, yield decreases with higher event rates based on Poisson distribution principles. Similar results are observed for 2-way sorts. ����� Sort collection 4-way sorting: 1.5-, 2.0-, and 5.0-mL tubes 2-way sorting:� 1.5-, 2.0- and 5.0-mL tubes 1-way sorting: 6-, 24-, 48-, 96- and 384-well plates, 96-well PCR tray, microscope slide (optional) Temperature control: water recirculation unit to provide heating or cooling for collection into tube holders, multiwell plates and slides (optional) ������ Index Sorting Correlation of flow cytometry parameters of sorted events with well location of a multiwell plate, tray or slide (standard feature enabled with optional plate sorting). ������ Operating System Business PC with at minimum: Intel� 2.8G CPU Quad Core� i7, Microsoft� Windows� 10 64-bit operating system Monitor 23-inch LCD with a minimum 1920 x 1080 resolution Memory 8-GB RAM Storage 500-GB hard drive ������� Plate Sorting Software controlled single or multiple cell deposition, one-way sorting: Plates: 6-, 24-, 48-, 96- and 384-well plates � PCR tray: 96 well � Microscope slide: 3 x 9 grid ������ Sample and temperature control Sample temperature control Water recirculation unit and sort collection devices to provide heating or cooling of tubes, multiwell plates and slides during sorting. Anticipated period of performance: 6 months ARO Other important considerations: In case domestic sources are available and capable of fulfilling the Government�s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR 25. Capability statement /information sought. Companies that believe they possess the capabilities to provide the required products should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately.� Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2� x 11� paper size, with 1� top, bottom, left and right margins, and with single or double spacing. The information submitted must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein.� A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit.� The 10-page limit does not include the cover page, executive summary, or references, if requested. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer.� Facsimile responses are NOT accepted. The response must be submitted to Hashim Dasti, Contract Specialist, at hashim.dasti@nih.gov. The response must be received on or before May 17, 2024 at 11AM Eastern Time. 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 presolicitation synopsis and solicitation may be published in www.sam.gov. However, responses to this notice will not be considered adequate responses to a solicitation. 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(s).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c30e61d82586420fa31c87df1f13444f/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN07053241-F 20240505/240503230042 (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.