Federal Bid

Last Updated on 03 Aug 2013 at 8 AM
Sources Sought
Bureau Illinois

A Cell Sorting Flow Cytometer

Solicitation ID NB644040-13-03858
Posted Date 05 Jul 2013 at 7 PM
Archive Date 03 Aug 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Department Of Commerce Nist
Agency Department Of Commerce
Location Bureau Illinois United states
THIS IS A SOURCES SOUGHT NOTICE to determine the availability and capability of small businesses (including certified 8(a), Small Disadvantaged, and HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, Solicitation, Request for Quotes, or an indication the Government will contract for the items contained herein. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. The Government does not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this sources sought. Any responses received will not be used as a proposal.

The National Institute of Standards and Technology (NIST) is seeking to identify any sources with capabilities or prior experience that can provide a cell sorting flow cytometer to measure fluorescence intensity from large populations of single cells and to sort cells based on specific values of fluorescence intensity.

This is a potential Purchase Order , firm-fixed price award.

OBJECTIVE: The instrument will expand the Cell Systems Science Group (CSSG's) efforts to make measurements and develop models for complex biological phenomena. The instrument will serve a vital role in evaluating fluorescent protein expression and pluripotent antibodies to characterize induced pluripotent stem cells (iPSCs). In addition, we need capabilities for collecting samples of cells, via fluorescence activated cell sorting (FACS), that express different levels of proteins of interest (e.g. GFP-tagged, antibody labeled) or are at different positions in the cell cycle. With the capabilities provided by this instrument, the CSSG will monitor the evolution and lineage of stem cell populations during normal growth or differentiation and CHO cell populations during culture and selection for high production cells. This instrument will support the Shape Metrology IMS, measurement development for regenerative medicine/cell therapy (stem cells) and biomanufacturing (CHO).

 STATMENT OF WORK or SPECIFICATIONS:

The Contractor shall deliver, install, and provide demonstrations and/or training for one (1) sorting flow cytometer that has performance features of the following brand name or equivalent:

Catalog Number Description
145-1002 Bio-Rad S3 or equivalent cell sorter capable of collecting data in the following fluorescence channels
Filter set 1 - GFP/Alexa488/FITC
Filter set 2 - PE/Rhodamine
Filter set 3 - Texas Red/PI
Filter set 4 - Cy5/Alexa647

The salient features include the following minimum technical requirements:
A. Instrument Data Acquisition
1. System shall be capable of acquiring fluorescence measurement data from the following fluorophores: Alexa488, GFP, Rhodamine, Texas Red, Alexa647
2. Forward scatter and side/back scatter measurements
3. Measurement acquisition rate of 20,000 events per second
4. Day-to-day calibration and QC report readouts
5. Automatic set up of alignment and flow rate and any other instrument parameters required for day to day use of the instrument as a flow cytometer or a flow sorter
6. Access to the optical path so that the fluorescence filters can be interchanged or customized filters can be integrated seamlessly
7. Ability to attenuate signal by adjusting laser power and/or detector voltage/gain and by inserting neutral density filters (swap in/out)
8. Sensitivity: Less than 125 MESF for FITC and PE
9. Bit Depth: at least 14-bit analog to digital conversion on photomultiplier tubes.
10. Dyanmic Range: System shall show clear separation (separation parameter > 3, using the method for calculation separation parameter reported by Wood and Hoffman, Cytometry A, 1998) of all 8 intensities provide by reference 8 intensity Spherotech Ultra Rainbow Calibration Particles (cat# RCP-30-5A) in all four fluorescence channels (or equivalent).
11. Linearity: over at least 3 log range of sample intensity. Suggested metric: - demonstration of linearity from bead 2 to bead 8 with 8-peak Spherotech Ultra Rainbow Calibration Particles (regression on means R2>0.98) using manufacturer specification for MESF values on each peak.
12. Compensation strategy for cross-talk between detection channels is available on the collection software.
13. Capability for simultaneously sorting two cell populations (plus waste), each using as many as 4 parameters fluorescence or scattering

B. Instrument Sorting Performance
1. Sorting rate of up to 10,000 events per second
2. Sorting purity of 99% or better when sorting peaks 6 and 8 (brightest) of 8-peak Spherotech Rainbow Calibration Particles and re-running collected sample for analysis.
3. Temperature controlled sorted sample collection area (4 C)
4. Sorted sample protection during instrument malfunction (bubble, clog, etc.)

C. Computer and Software:
1. Company supplied software for computer that is compatible with Windows 7 64-bit, operating system.
2. Exportable data that can be stored seamlessly in FCS file format that is compatible with software packages that read FCS files (ie, FlowJo, R)

D. The Contractor shall also provide a Warranty:
1. The Contractor shall provide a one (1) year warranty on all labor and parts for the cell sorter as necessary to keep instrument operating at specification over warranty period.
2. Scheduling of the warranty service visits shall be consistent with the maintenance requirements of the instrument as detailed in the service and use manuals for the equipment.
3. Warranty service visits shall occur during NIST's regular business hours as specified in Section IV of this SOW. The Contracting Officer's Representative (COR) or the NIST Technical Contact (TC)shall contact the Contractor to schedule a mutually acceptable date and time for the warranty service visits. The scheduled maintenance visits may be made at the same time as an unscheduled visit for corrective or other action if such a visit occurs within one month before a scheduled warranty service visit.

 PLACE OF PERFORMANCE: 100 Bureau Drive, Gaithersburg, MD 20899

Companies are encouraged to respond if they have the capability and capacity to provide the identified services with little or no disruption of services to the current users at the NIST.

Interested small business potential Offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to perform the specific work as required. Responses must directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above at a sufficient level of detail to allow definitive numerical evaluation; and evidence that the contractor can satisfy the minimum requirements listed above wile in compliance with FAR 52.219-14 ("Limitations on Subcontracting"). Failure to definitively address each of these factors will result in a finding that respondent lacks capability to perform the work.

Responses to this notice shall be limited to 15 pages, and must include:

1. Company name, mailing address, e-mail address, telephone and fax numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives.

2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses.

3. Business size for NAICS 334516 with size limitation standards of 500 employees and status, if qualified as an 8(a) firm (must be certified by the Small Business Administration (SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran Owned Small Business (must be listed in the VetBiz Vendor Information Pages).

4. DUNS number, CAGE Code, Tax Identification Number (TIN), and company structure (Corporation, LLC, partnership, joint venture, etc). Companies also must be registered in the System for Award Management (SAM) at www.sam.gov to be considered as potential sources.

5. Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested.

6. If the company has a Government approved accounting system, please identify the agency that approved the system.

Please submit copies of any documentation, such as letters or certificates to indicate the firm's status (see item #3 above).

Teaming arrangements are acceptable, and the information required above on the company responding to this announcement shall also be provided for each entity expected to be teammates of the respondent for performance of this work.

To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure.

Interested Offerors should submit their capability statement not exceeding fifteen (10) pages in length, excluding standard brochures. SUBMISSIONS ARE DUE no later than 2:00pm, Eastern Time, June 19, 2013. The capabilities response shall be e-mailed to: [email protected] .

All information received in response to this notice that is marked Proprietary will be handled accordingly. Responses to the notice will not be returned, nor will there be any ensuing discussions or debriefings of any responses. Information provided in response to this notice will be used to assess alternatives available for determining how to proceed in the acquisition process. This notice is part of Government Market Research, a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract.

The NIST will use the information submitted in response to this notice at its discretion and will not provide comments to any submission; however, the content of any responses to this notice may be reflected in subsequent solicitation. NIST reserves the right to contact any respondent to this notice for the sole purpose of enhancing NIST's understanding of the notice submission.

This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses.

It is emphasized that this is a notice for planning and information purposes only and is not be construed as a commitment by the government to enter into a contractual agreement, nor will the government pay for information solicited.

Bid Protests Not Available

Similar Past Bids

Ames Iowa 20 May 2020 at 10 AM
Central Arizona 21 May 2015 at 12 PM
Location Unknown 30 Mar 2010 at 6 PM
Champaign Illinois 17 Feb 2016 at 8 PM
Baltimore Maryland 25 Aug 2017 at 5 PM