Federal Bid

Last Updated on 04 Jul 2019 at 1 AM
Combined Synopsis/Solicitation
Maryland

FLOW CYTOMETRY FUSION CELL SORTER SYSTEM

Solicitation ID NIHOD2013435
Posted Date 04 Sep 2013 at 9 PM
Archive Date 03 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Office Of Acquisition
Agency Department Of Health And Human Services
Location Maryland United states

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 procurement will be Firm-Fixed Price.  This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

 

 The solicitation number is NIHOD2013435 and is issued as a Request for Quote (RFQ).

 

 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69.

 

 The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees.

 

 This requirement is unrestricted and all interested vendors may submit a quotation. The National Institutes of Health (NIH) has a commercially available equipment requirement for the equipment listed below or equal.

 

      The list of contract line item number(s) and associated items and quantities are as follows:

      1. 1 EA - Becton Dickerson & Company FACSAria™ Fusion Cell Sorter or equal (Catalog # 656700-23).  (Fusion Blue, Red, YG, Violet Octagon Lasers.  Blue 3, Red 2, YG 4, Violet 3 Loctite Lasers.)

Sort Performance (Minimum Requirements):
- Drop Drive Frequency, Range 1–100,000 Hz Purity and Yield, 70 psi and 87 kHz
- threshold rate of 25,000 to 70,000 events per second
a four-way sort achieved a purity of >98%; yield >80% of Poisson’s expected yield.

Exitation Optics (Minimum Requirements):
- Fixed optical alignment of all Class IIIb lasers with the cuvette flow cell. The 488-nm and 640-nm lasers are standard. Beam height: 9 ±3 μm; Beam width: 65 ±7 μm; Beam shaping: 375-nm laser, top hat, all other lasers, elliptical.

- Power Out of the Laser Head; 375 nm: >7 mW; 405 nm: >85 mW; 445 nm: >30 mW; 488 nm: >50 mW; 561 nm: >50 mW; 640 nm: >100 mW.

Emission Optics (Minimum Requirements):
- Optical Coupling - The quartz cuvette flow cell is gelcoupled by refractive index-matching optical gel to the fluorescent objective lens for optimal collection efficiency.  Numerical aperture: 1.2 Forward Scatter Detector and Filters Photodiode with 488/10 bandpass filter for the 488-nm laser and 462/52 bandpass filter for the 445-nm laser. Side Scatter Detector Photomultipler with a 488/10 bandpass filter for the 488-nm laser and a 445/15 bandpass filter for the 445-nm laser. Fluorescence Detectors and Filters
Four fixed-fiber apertures for the 488, 640, 561, 445, and 405-nm lasers. The 445-nm laser focuses on the flow cell at the same location as the 488-nm laser. The 375-nm laser is air launched and focuses on the flow cell at the same location as the 405-nm laser. An octagon technology detector array enables userdefined
detection configurations.

      2. 1 EA - Becton Dickerson & Company Fusion Class II Type A2 Biosafety Cabinet, or equal (Catalog # 657590). (Safety Cabinet for FACSAria™ Fusion Cell Sorter, listed above.)

- Meets Class II Type A2 Biosafety Standards; NSF International Standard 49, European Standard 12469, and AS 2252.2-2009

      3. 1 EA – Cytometer Workstation Accessory Cart, or equal (Catalog # 656626). (Compatible Assessory Cart for FACSAria™ Fusion Cell Sorter, listed above.)

      4. 2 EA - NEC 19 in. LCD Monitors or equal (Catalog # 652867). (Proven compatibility with
FACSAria™ Fusion Cell Sorter, listed above.)

      5. 1 EA - Becton Dickerson & Company FACSAria Z220 Workstation Bundle (Catalog # 656804), or equal. (CS& T with BD FACSDiva v. 7.0 requires BD FACSDiva beads (P/N 655050 or 655051)(Proprietary Software for FACSAria™ Fusion Cell Sorter, listed above.)

    6. Shipment/Freight Charge – Installation of a Becton Dickerson & Company FACSAria™ Fusion Cell Sorter, or equal (Catalog # 656700-23).

     7. Shipment/Freight Charge – Installation of a Fusion Class II Type A2 Biosafety Cabinet, or equal (Catalog # 657590).

     8. 2 EA Training Provisions (X 5 days) - for Becton Dickerson & Company FACSAria™ Fusion Cell Sorter, or equal and Fusion Class II Type A2 Biosafety Cabinet, or equal.

     9. Field Service for Becton Dickerson & Company FACSAria™ Fusion Cell Sorter, or equal and Fusion Class II Type A2 Biosafety Cabinet, or equal.

   10. Warranty (12 Month) for Becton Dickerson & Company FACSAria™ Fusion Cell Sorter, or equal and Fusion Class II Type A2 Biosafety Cabinet, or equal.


This award shall Include Delivery and Installation.


Delivery:

  The government anticipates delivery to be made within 90 days from the date the contractor receives award. The government will evaluate, in regards to time of delivery, offeror's that propose delivery within the applicable delivery period specified above.  F.O.B. Destination (Clause 52.247-34 applies).

 

 Offeror's  that propose delivery that will not clearly fall within the applicable anticipated delivery period specified above will also be considered. The Government reserves the right to award either the anticipated delivery schedule or the proposed delivery schedule. If the offeror proposes no other delivery schedule, the anticipated schedule above will apply.

 

Offeror's Proposed Delivery Schedule: Within          days after receipt of award.



  The requirement will be filled by the contractor that can provide the equipment in the manner that represents the best value for the Government’s needs.

 

   The NIH will evaluate the quality and feasibility of the proposals. The following will be considered, in order of importance, for the determination of the best value:

 

1) Technical-Meeting or exceeding the minimum specifications.  Evaluation of technical Capability shall be based on the information provided in the quotation.  The Government will evaluate whether the contractor has demonstrated that their proposed equipment meets or exceeds all requirements.  Quotations that do not demonstrate that the proposed equipment meets all requirements will not be considered further for award.  Contractors responding shall also include product literature which addresses all specifications and clearly documents that the product offered meets or exceeds the specifications identified herein.

 

 Note: If the quoter does not indicate whether its proposed equipment meets a certain technical requirement, the Government will determine that it does not.

 

2) Past Experience - Submit names, organization and telephone numbers of at least three (3) current or previous customers for whom the vendor provided the same or similar equipment to. Include the type of equipment provided and location where the equipment was installed for each current or previous customer. Past performance will be evaluated to determine the overall quality of the product and service provided and the Contractor's history of meeting delivery schedules for prior deliverables.  The Government is not required to contact all references provided by the quoter.  Also, please provide references other than those identified by the quoter may be contacted by the Government to obtain··additional information that will be used in the evaluation of the quoter’s past performance.

 

3) Price- The price will be evaluated based on price reasonableness and affordability for the Government.

 

  By submission of an offer, the quoter acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any purchase order resulting from this solicitation. The CCR (Now included on the SAM System) website is located at www.sam.gov

  The quoter must complete FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (AUG 2009) - with DUNS Number Addendum [52.204-6 (April2008)].

 The Offeror Representations and Certifications may be found at http://rcb.cancer.gov/rcb-intemet/SAP/52-212-3plusadd.pdf The provisions and clauses applicable to and incorporated in this RFQ are those in effect through Federal Acquisition Circular 2005-69 (Effective 8/1/2013).



   The following FAR provisions and clauses apply to this acquisition: 52.204-7 Central Contractor Registration (Apr 2008); FAR 52.212-1, Instructions to Offerors-Commercial Items (JUN 2008); FAR 52.212-2, Evaluation-Commercial Items (JAN 1999); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAR 2009); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2009); as well as the following clauses cited therein: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995); FAR 52.203-15, FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005); FAR 52.219-8, Utilization of Small Business Concerns (May 2004); FAR 52.219-28, Post Award Small Business Program Representation (Apr 2009); FAR 52.222-3, Convict Labor (June 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004); FAR 52.225-1, Buy American Act-   Supplies (Feb 2009); FAR 52.225-13, Restrictions on Certain Foreign Purchases (June 2008); FAR 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). 

 

All responsible sources may submit a quotation that will be considered by the Agency. Three copies of the vendor's quotation (including product literature) must be submitted no later than 5:00PM Eastern Time on Monday September 9, 2013. Quotations must reference solicitation NIHOD2013435.  For delivery of responses through the Postal Service (including US Postal Service Express Mail) the address is National Institutes of Health, Office of Acquisitions, Attn: Tim Johnson, 6011 Executive Blvd.,_  Room 529W (MSC7663) BETHESDA, MD 20892. For delivery of responses through courier, FedEx or UPS, the address is

 

National Institutes of Health, Office of Acquisitions, Attn: Tim Johnson, 6011 Executive Blvd, Room 529W (MSC 7663), ROCKVILLE, MD 20852. E-mail and Fax submissions are NOT authorized. Requests for information concerning this requirement must be submitted in writing, and can be sent via e-mailed to johnsontim@od.nih.gov by Friday, August 30, 2013 at 5:00PM Eastern Time. It  is the vendor's responsibility to confirm receipt of all quotations and/or questions by the closing date of this announcement by contacting Tim Johnson at 301-402-5450 or via email at johnsontim@od.nih.gov.    Collect calls will not be accepted.

 


 

Bid Protests Not Available

Similar Past Bids

Pike New hampshire 04 Aug 2014 at 1 PM
Nebraska 17 Apr 2018 at 3 PM
Pennsylvania 30 Jul 2014 at 6 PM
Murray Kentucky 18 May 2016 at 7 PM

Similar Opportunities

Philadelphia Pennsylvania 22 Nov 2024 at 8 PM