Solicitation Number: 75N91019Q00069
Proposed Posted Date: 08/21/2019
Proposed Response Date: 08/28/2019 3:00 PM ET
Classification Code: 66 - Instruments and Laboratory Equipment
NAICS Code: 423450 - Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
Business Size Standard: $500
Contracting Office Address:
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Center for Cancer Research (CCR), Genetics Branch (GB) and the Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Bethesda, MD 20892, UNITED STATES.
Description:
National Cancer Institute (NCI), Center for Cancer Research (CCR) Genetics Branch (GB) plans to procure on a sole source basis the services for BioView laboratory systems, as described below, from BioView INC..; 44 Manning Road, Billerica, MA 01821.
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. The North American Industry Classification System code is 423450 - Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers.
This will be awarded as a firm fixed price type contract. The award will be in the aggregate.
Delivery shall be within 30 days from effective date in the award.
It has been determined there are no opportunities to acquire green products or services for this procurement.
BACKGROUND
The current Government-Owned BioView system used for automated image acquisition and analysis, is in need for important updates. The camera needs to be upgraded to a 5MP CMOS to allow for faster acquisition and the work stations need to be upgraded to Windows 10 computers and licenses which is necessary for transition to new software releases and will allow for faster analysis.
The purpose of this procurement is the National Cancer Institute (NCI) systematically developed interphase FISH for the visualization of chromosomal aneuploidies as a diagnostic and prognostic test applicable to routinely collected cytological specimens. These efforts are precipitated by our basic research observations using molecular cytogenetic techniques, including Spectral Karyotyping (SKY), that showed that (i) the distribution of genomic imbalances is tumor specific, that (ii) these imbalances never occur in normal cells, and (iii) that they occur before transition to invasive disease. Taken together, the approach improves the cytomorphology-based diagnosis of tumors of epithelial origin and its premalignant precursor lesions. NCI has, as described below, expanded the use of interphase FISH to understand the eminently important problem of tumor heterogeneity and clonal evolution as it pertains to disease prognostication and treatment response. Multicolor FISH with probes for relevant loci is ideally suited to derive an objective measure of the degree of instability based on single cell genetic analysis of the tumor cell population.
PRODUCT FEATURES/SALIENT CHARACTERISTICS
The salient characteristics that apply to this acquisition are as follows:
• Exchange 2 Windows 7 computers to Windows 10 for BioView automated scanning system.
• Exchange Solo Windows 7 software license to Windows 10.
• BioView Solo analysis software for two additional analysis station.
• Upgrade existing BioView camera to 5MP CMOS.
The Bioview system is covered by a service contract which requires service and upgrades to be provided by Bioview. The software is proprietary and new releases can only be provided and installed by Bioview. The computer upgrade for the scanning station needs to be provided by Bioview to guarantee smooth operation. For the aforementioned reasons, Bioview is the only known source that can fulfill NCI's requirement.
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 Wednesday, August 28, 2019. All responses and questions must be in writing and emailed 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: 75N91019Q00069 on all correspondence.
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: 75N91019Q00069 on all correspondence.