Federal Bid

Last Updated on 25 Sep 2014 at 10 AM
Combined Synopsis/Solicitation
Location Unknown

FACSCanto II Cytometer

Solicitation ID N02RC44462-16
Posted Date 27 Aug 2014 at 8 PM
Archive Date 25 Sep 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Cancer Institute, Office Of Acquisitions-Treatment And Support Branch
Agency Department Of Health And Human Services
Location United states
Combined Synopses:

Notice Number:
N02RC44462-16

Issued By:
National Cancer Institute (NCI),
Office of Acquisitions (OA)
http://www.nci.nih.gov

Key Dates:
Capability Statement Due Date: September 10, 2014 by 10:00 AM ET

This requirement is assigned NAICS code 334516 and the business size standard is 500 employees.

A. Description:

This Combined Synposis/Small Business Sources Sought Notice (SBSS) is a notice that the National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Cellular Oncology (LCO) intends to procure on a sole-sore basis with Becton Dickinson (BD) Biosciences, 2350 Qume Drive, San Jose, CA 95131-1807 for the purchase and installation of a Becton, Dickson FACSCanto II system.
This acquisition will be processed in accordance with simplified acquisition procedures as stated in FAR Part 13.106-1(b)(1).

Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract.

The Laboratory of Cellular Oncology (LCO) conducts fundamental and applied research on the cellular and molecular basis of neoplasia. Most investigations utilize molecular genetic, biochemical genetic, cell biology, biochemical and physical biochemical approaches. The research is hypothesis driven and mechanistically oriented. The projects vary from fundamental aspects of biology to applied clinical research.

The BD FACSCanto II is currently used in the laboratory and consists of a system with two lasers (red and blue) and the high throughput sample (HTS) module. This flow cytometer analyzer is used in the lab daily to perform high throughput acquisition of samples from 96 well plates. Multiple color analysis of complex cell suspensions is performed up to 6 colors, size and granularity in order to assess immune responses in our experimental settings. FACScanto II was designed to have three lasers (red, blue and violet) in order to analyze from a same sample up to 8 colors, size and granularity.

 

B. PURPOSE AND SALIENT CHARACTERISTICS
The purpose of this acquisition is to purchase a Becton, Dickson FACSCanto II system and for installation charges.
This purchase must include the following characteristics:
Dimension Requirements
• Flow Cytometer cell analyzer alone maximum dimensions should be no more than 35.66W x 24.33D x 23.94H in. The maximum dimensions for the cytometer with a typical computer system countertop arrangement should be no more than 72W x 30D x 27H in. These dimensions include doors and ventilation space around the instrument.

Service Related
• Cytometer must be serviceable by in-state factory trained engineers with 48 hour guaranteed on-site repair response time

• New cytometer shall be installed and serviced by service personnel with local backup and twenty four hour response time guaranteed

Technical Requirements
• New cytometer must have a minimum of eight fluorescence detectors and be upgradable to 10

• New cytometer shall incorporate dual spatially separated lasers with automatic time delay calculation using FDA approved instrument set-up software

• New cytometer shall be upgradable to automatic integrated 40 tube carousel sample tube loader with integrated software for IVD approved assays

• New cytometer must be able to detect less than 50MESF particles on PE channel

• New cytometer must have pre-defined assays using six colors in a single tube

• New cytometer must incorporate all digital electronics to provide cell acquisition

• New cytometer must have automatic start- up, operation and shut-down capability, including automatic daily and monthly clean cycles

• New cytometer must be able to run automatic 6+ color fluorochrome digital compensation

• New cytometer software must run under windows 7 and FACS Diva 8.0, which is compatible with existing laboratory flow cytometer analyzers.

• New cytometer must be upgradable to automatic sample injection from either microtiter plates (96 or 384 well) using proprietary software.

• New cytometer shall have variable detector configurations using reflected light trigon and octagon PMT arrays compatible with existing laboratory flow cytometer analyzers

• New cytometer fluidics system must draw sheath fluid directly from 20 liter cubetainers

The NCI CCR anticipates award of a firm fixed price, non-competitive order to BD Biosciences to provide the equipment and installation described in Section B. Only the original manufacturer, BD Biosciences has the equipment and software to perform the tasks outlined.
This equipment shall be purchased within 1 week after the close of this Presolicitation Notice.

This is not a solicitation for competitive quotations. However, if any interested party believes they can meet the above requirement, they may submit a statement of capabilities. If those sources are small businesses, please indicate whether the sources are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; woman-owned small businesses; or small disadvantaged businesses; and (4) sources' size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the above unique specifications described herein. Capability statements must be received in the contracting office by 10:00 AM ET, on September 10, 2014. For further information, please contact Nicole Belanger, Contracting Officer, via electronic mail at [email protected]. A determination by the Government not to compete this proposed contract 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. In order to receive an award, contractors must have valid registration and certification in the Central Contractor Registration (CCR) www.ccr.gov and the Online Representations and Certifications Applications (ORCA), http://orca.bpn.gov. No collect calls will be accepted. Please reference solicitation number N02RC44462-16 on all correspondence.

Bid Protests Not Available

Similar Past Bids

Location Unknown 10 Feb 2015 at 6 PM
Institute West virginia 31 Mar 2016 at 10 PM
Location Unknown 21 Feb 2013 at 4 PM
Pike New hampshire 27 Jul 2006 at 4 AM
Location Unknown 28 May 2010 at 2 PM