Document Type: Special Notice
Solicitation Number: 75N91019Q00084
Posted Date: 08/22/2019
Response Date: 08/29/2019
Classification Code: J066 - Maintenance. Repair, Rebuild of Equipment- Instruments and Laboratory Equipment
NAICS Code:339112 -- Surgical and Medical Instrument Manufacturing
Business Size: 1000 Other Than Small
Contracting Office Address:
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Bethesda, MD 20892, UNITED STATES.
Description:
The Department of Health and Human Services, National Cancer Institute (NCI), Center for Cancer Research (CCR) and the NCI Surgery Branch plans to purchase of BD FACSymphony A3 Flow Cytometer Analyzer (5-Laser, 23-Colors) to be used in the NIH/NCI/Surgery Branch FACS Core Facility, for the advancement of our mission to cure cancer using novel adoptive cell transfer therapies. This equipment is from Becton, Dickinson and Company, 1 Becton Dr. Franklin Lakes, NJ 07417-1880
The response close date of this notice for this requirement is in accordance with FAR 5.203(a)(1). This acquisition will be processed under FAR Part 12 - Acquisition for Commercial Items and will be made pursuant to the authority in FAR 13.106-1(b)(1) using simplified acquisition procedures for commercial acquisitions and is exempt from the requirements of FAR Part 6. The North American Industry Classification System code is 334516 and the business size standard is 1,000, Other Than Small.
This will be awarded as a severable firm fixed price type contract. The award will be in the aggregate.
It has been determined there are no opportunities to acquire green products or services for this procurement.
BACKGROUND
The purchase of a BD FACSymphony A3 Flow Cytometer Analyzer (5-Laser, 23-Colors) will enable us to fulfill our mission in developing novel immunotherapy approaches to curing cancer.
This instrument is needed to carry out projects carried out by multiple Surgery Branch researchers, who will have access to this instrument as a part of the FACS Core Laboratory. The increasing complexity of FACS analysis required to delineate cell sub-populations requires the use of more fluorophores than are available with current FACS Core instruments. In addition, the included purchase of the BD High-Throughput System (HTS) will enable the acquisition of samples in a 96-well plate format, improving efficiency and saving time and limited resources.
SPECIAL ORDER REQUIREMENTS
The Instrument must be equipped with at least 5 Lasers, capable of running a minimal of 23 Individual fluorophores simultaneously. The hardware should be configured in a foot-print no larger than 47" x 30" x 40" (to fit on our limited bench-space). In anticipation of future needs, the system should be upgradeable to 6 Lasers total and be able to detect a maximum of 30 fluorophores/colors. Finally, the software must be FACSDiva-compatible, for sharing of experimental templates between it and our BD LSRFortessa cytometer.
PRODUCT FEATURES/SALIENT CHARACTERISTICS
The following product features/characteristics are required for this requirement:
• In order to physically fit into the lab bench-space area, the BD FACSymphony must have a foot-print similar to our BD FACSCanto which currently occupies the space (and which will be traded in as part of our reduced purchase price).
• Instrument is designated as a Special Order Research Product (SORP), consisting of a hardware configuration that is capable of handling a 5-Laser, up-to-30-color-capacity multiple decagon arrays, as well as specific fluorophore detectors.
• Software must be BD FACSDiva, which is compatible with our existing 2 other flow analyzers in the Surgery Branch Flow Cytometry Facility; it will allow for the transfer and sharing of important experimental templates created by our Investigators.
This notice is not a request for competitive quotation. However, if any interested party, especially small businesses, believes it can meet the above requirement, it may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow the NCI to determine if the party can perform the requirement. Responses must be received in the contracting office by 3:00PM EDT, on Thursday, August 29 2019. All responses and questions must be in writing and sent to William Neal, Contracting Officer via electronic mail at [email protected]. A determination by the Government not to compete this proposed 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. No collect calls will be accepted. In order to receive an award, Contractors must be registered and have valid, current Entity Record, including current Representations and Certifications, in the System for Award Management (SAM) through SAM.gov. Reference: 75N91019Q00084 on all correspondence.