Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2008 FBO #2420
SOLICITATION NOTICE

66 -- Aria II Flow Cytometer- 4 Laser

Notice Date
7/10/2008
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Blvd., EPS Suite 600, Rockville, Maryland, 20852
 
ZIP Code
20852
 
Solicitation Number
NCI-80120-MM
 
Archive Date
8/5/2008
 
Point of Contact
Melissa P Marino, Phone: 301-402-4509, Caren N Rasmussen,, Phone: (301) 402-4509
 
E-Mail Address
marinome@mail.nih.gov, cr214i@nih.gov
 
Small Business Set-Aside
N/A
 
Description
The National Cancer Institute (NCI), Center for Cancer Research (CCR), plans to procure on a sole source basis for a FACSAria II Flow Cytometer with BD Biosciences 2350 Qume Drive, San Jose, CA 95131. 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)(2) and 13.501-(a)(1) to use simplified procedures for commercial acquisitions. The North American Industry Classification System Code is 334516 and the business size standard is 500 employees. Only one award will be made as a result of this solicitation. The following salient characteristics apply to the BD FACSAria II: •Incorporates a cuvette/flow cell that is gel coupled to the fluorescence objective lens and has fixed optical alignment •Requires no daily alignment •Enables the use of Cytometer Setup and Tracking (CS&T) software •Superior resolution and sensitivity, especially at high speed sort settings (70psi/90kHz) •Easy recovery from clogs •Platform Transparency •One single 120 vac electrical connection to be completely operational •Single cell-cloning unit that is temperature controlled •Supports online mixing of the samples during acquisition •Fixed optical alignment. •Solid-state lasers •Use fiber optics to increase laser efficiency •Use Trigon/octagon format •Must not require special room requirements such as 220V power requirements or external water for laser cooling •Uses a Bead Based Automated Drop Delay Calculation •4 lasers: 488/635/405/375 with up to 15 different parameters, 13 colors, FSC, and SSC •Ability to sort large heterogeneous cancer cells with high fidelity •Ability to upgrade with a 375 near UV laser source •Automatic Cell Deposition Unit plate unit that cells can be sorted into •Aerosol Management Unit that will protect the user during sorts •Perform up to 4 way sorts, 4 different populations in one sample •Full digital electronics •Acquisition rates of up to 70K/sec •Data resolution per event of 252,144 channels •MESF-FITC of less than 125 and MESF-PE of less than 125. JUSTIFICATION: 1.Statutory authority: Statute: 13.106-(b)(2) and 13.501(a)(1) (b) Soliciting from a single source. (2) For Sole source acquisition of commercial items in excess of the simplified acquisition threshold conducted pursuant to subpart 13.5, the requirements at 13.501(a) apply. BD Biosciences is the only source known provide this instrument as it is the only known manufacturer to provide both required methods of automatic setup, fixed laser alignment, aerosol management and environmental control of cells. In addition BD Biosciences' instruments are the only known automated fixed alignment flow cytometer cell sorter instruments with a significant local install base. The NCI has ten of these instruments and the continuity of research and availability of like instruments and factory trained technicians are critical to experiment throughput. The current data acquisition and analysis is being performed using BD proprietary software. BD is also the only source known to provide rapid flow cytometer service. BD is the only known manufacturer that can offer all of the required characteristics in one instrument. 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. All information furnished shall be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the above unique specifications described herein. An original and one copy of the capability statement must be received in the NCI contracting office by 1:00 PM ET on July 21, 2008. All questions must be in writing and can be faxed (301) 402-4513 or emailed to Melissa Marino, Contract Specialist at marinome@mail.nih.gov. 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 NCI-80120-MM on all correspondence.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f901873863723c6fe0ed292bf7898398&tab=core&_cview=1)
 
Record
SN01610979-W 20080712/080710221246-f901873863723c6fe0ed292bf7898398 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.