Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2024 SAM #8240
SOLICITATION NOTICE

66 -- Flow Cytometry Instrument

Notice Date
6/17/2024 12:55:09 PM
 
Notice Type
Combined Synopsis/Solicitation
 
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
7/1/2024 8:00:00 AM
 
Archive Date
07/16/2024
 
Point of Contact
Hashim Dasti, Phone: 3014028225
 
E-Mail Address
hashim.dasti@nih.gov
(hashim.dasti@nih.gov)
 
Description
�(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; proposals are being requested and a written solicitation will not be issued. (ii)������� The solicitation number is 75N95024Q00274 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures; FAR Subpart 13.5� Simplified Procedures for Certain Commercial Items; and FAR Part 12�Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold.� (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2024-05, with effective date May 22, 2024. (iv)������ The associated NAICS code 334516 � Analytical Laboratory Instrument Manufacturing and the small business size standard is 1,000 employees. This requirement is Brand Name or Equal, full and open with no set-aside restrictions. (v)������� This requirement is for a BD Biosciences (or equal) Flow Cytometry Instrument Description: Cat no: Quantity BD FACSMelody 2024-92931 v1 1.00 (vi)������ 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. 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. Class II Type A2 biological safety cabinet Specially modified Baker SterilGARD� e3 Class II, Type A2 biological safety cabinet (BSC) verified to meet personnel and product protection standards for Class II Type A2 with a BD FACSMelody Cell Sorter installed in the work area. Aerosol Management Option (AMO) for systems without the BSC The BD FACSMelody Sorter features an enclosed pathway from the sample injection chamber to the sort collection tubes. For an added level of aerosol management, the BD Aerosol Management Option evacuates the sort collection chamber� and traps aerosolized particles during sorting. It is equipped with a 0.01-�m size ultra-low penetrating air (ULPA) filter� to trap aerosolized particles. Warranty 12 months manufacturer maintenance and repair service with guaranteed on-site emergency service with in 48 hours of initial request. ����������� Quantity: One (1) ����������� All deliverables required under this contract shall be packaged, marked and shipped in accordance with Government specifications. At a minimum, all deliverables shall be marked with the contract number and Contractor name. The Contractor shall guarantee that all required materials shall be delivered in immediate usable and acceptable condition. (vii)����� The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date is 60 days after receipt of order (ARO). Delivery will be f.o.b. destination. The place of delivery and acceptance will be 9000 Rockville Pike; Bldg. T44, Bethesda, MD 20892. (viii)���� The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses:� https://www.acquisition.gov/browse/index/far�� https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html�� (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders � Representation and Disclosures (Dec 2023) FAR 52.211-6, Brand Name or Equal (Aug 1999) FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023) FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (Feb 2024) FAR 52.225-2, Buy American Certificate (Oct 2022) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far���� https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html� (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.212-4, Contract Terms and Conditions�Commercial Products and Commercial Services (Nov 2023). Addendum to this FAR clause applies to this acquisition and is attached. �HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text.� Offerors MUST complete the provisions below and submit completed copies as separate documents with their proposal. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (May 2024) FAR 52.225-6, Trade Agreements Certificate (Feb 2021) NIH Invoice and Payment Provisions (ix)������ The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: a. Technical capability of the item offered to meet the Government requirement; b. Price; and c. Past performance [see FAR 13.106-2(b)(3)]. Technical and past performance, when combined, are significantly more important than cost or price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x)������� Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services (Feb 2024), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer. (xi)������ There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xii)����� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xii)����� Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s), product description, and any other information or factors that may be considered in the award decision. Such factors may include: past performance, special features required for effective program performance, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, and environmental and energy efficiency considerations. The Unique Entity ID from SAM.gov, the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All quotations must be received by 11:00 A.M. Eastern, on July 1, 2024, and reference Solicitation Number 75N95024Q00274. Responses must be submitted electronically to Hashim Dasti, Contract Specialist, at hashim.dasti@nih.gov. Fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/25cbef65572c4dd6957eae969abc3f8a/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN07099963-F 20240619/240617230120 (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.