This Small Business Sources Sought Notice (SBSS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Cancer Institute (NCI).
The purpose of this Sources Sought Notice is to identify qualified small business concerns including 8(a), HUBZone or Service-Disabled Veteran-owned business concerns that are interested in and capable of performing the work described herein. The NCI does not intend to award a contract based on responses received nor otherwise pay for the preparation of any information submitted. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This requirement is assigned North American Industry Classification System (NAICS) code 334516 with a size standard of 1,000 employees is being considered.
NCI may issue a request for quotation (RFQ) as a result of this Sources Sought Notice. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NCI shall arise as a result of a response to this Sources Sought Notice or the NCI’s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement.
1.0 BRAND NAME OR EQUAL
This requirement is for the procurement of the brand name or equivalent instrument described in section 3.0. The Federal Acquisition Regulation (FAR) provision FAR 52.211-6, Brand Name or Equal (AUG 1999) is applicable to this requirement.
2.0 BACKGROUND
The U.S. Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Molecular Imaging Program (MIP) requires the purchase of a Becton Dickinson FACSLyric flow cytometer, or equivalent. The required instrument will replace an existing Becton Dickinson FACS Calibur flow cytometer that is 10 years old and has become increasingly difficult to repair. A flow cytometer is an essential piece of equipment for the pre-clinical group in the MIP and is used to analyze optical probes and cell receptors.
3.0 PRODUCT FEATURES/SALIENT CHARACTERISTICS
The following product features/characteristics are required.
The instrument shall:
3.1 DELIVERY / INSTALLATION
Delivery shall be within 90 days of purchase order award. All shipping/handling (including FOB) and delivery/installation fees shall be included in the quote. Upon delivery, the Contractor shall notify the NCI Technical Point of Contact (TPOC), TBD at award, to schedule the installation date and time that shall occur within 5 days after delivery. Installation shall be performed by, or under the direct supervision of, a certified operator.
The Contractor shall deliver and install the equipment at the following address:
9000 Rockville Pike
Building 10, Room 1B40
Bethesda, MD 20892
3.2 TRAINING
Within 14 days after installation, at least one day of training will be provided on-site for at least one primary user of the instrument. All training expenses, including materials and/or travel expenses, shall be included in the quoted price.
3.3 WARRANTY
A minimum of 12-months warranty from the date of installation shall be included, which covers the cost of repair and/or replacement, including labor or any defect in workmanship or parts. At least one one-site preventative maintenance visit during the warranty period shall be provided. Phone support, remote diagnostics and troubleshooting, and field service shall be included in the warranty.
4.0 RESPONSE DELIVERY POINT
All information furnished must be in writing and must contain enough detail to allow the NCI to determine if it can meet the unique specifications described herein. All questions must be in writing and should be emailed to Adam Hernandez, Contract Specialist at [email protected] by 11:00 A.M. EST on Friday, April 3, 2020 (04/03/2020). A determination by the Government not to compete this 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. In order to receive an award, contractors must have valid registration and certification in the System for Awards Management (SAM) at www.sam.gov. No collect calls will be accepted. Please reference number 75N91020Q00044 on all correspondence.
This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, an RFQ may be published. However, responses to this notice will not be considered adequate responses to a solicitation(s).