Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2018 FBO #6019
SOURCES SOUGHT

66 -- 30-Color Digital Flow Cytometer, Brand Name or Equal BD Biosciences FACSymphony A-5 for NINDS

Notice Date
5/15/2018
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
SBSS-NIH-NIDA-18-4957968
 
Archive Date
5/29/2018
 
Point of Contact
Jason Williams, Phone: 3014965985, Nancy Lamon-Kritikos, Phone: 301-480-2447
 
E-Mail Address
Jason.Williams1@nih.hhs.gov, nancy.lamon-kritikos@nih.gov
(Jason.Williams1@nih.hhs.gov, nancy.lamon-kritikos@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. If your organization is not a small business, there is no need to respond to this announcement. For purposes of this announcement, a small business concern, in addition to meeting the small business size standard for the applicable NAICS code, is defined as "any business entity organized for profit with a place of business located in the United States or its outlying areas and that makes a significant contribution to the U.S. economy through payment of taxes and/or use of American products, material and/or labor, etc." The purpose of this notice is to obtain Capability Statements from small businesses directly addressing their ability to provide a product that meets all of the Salient Characteristics contained in the Purchase Description. In general, the Government is seeking information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their 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 whether a small business set-aside is possible for this acquisition (or if the acquisition can be further set-aside for one of the socio-economic categories of small businesses). This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. North American Industry Classification System (NAICS) CODE: The NAICS code applicable to this requirement is 334516 - ANALYTICAL LABORATORY INSTRUMENT MANUFACTURING. The corresponding small business size standard is 1,000 or fewer employees. Background Information: The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), conducting research into the cause, treatment, and prevention of neurological disorders. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. Statement of Need and Purpose: The Viral Immunology and Intravital Imaging Section (VIIS) within NINDS requires a state-of-art 30-Color Digital Flow Cytometer, Brand Name or Equal to the BD Biosciences FACSymphony A-5 flow cytometer, to perform phenotypic analyses of immune and neural cells extracted from various tissues. Background Information and Objective: The research staff within VIIIS studies immune reactions to central nervous system infections and injuries. As part of their research, the VIIIS currently uses a BD Biosciences LSR II digital flow cytometer on a daily basis to phenotypically analyze cell suspensions obtained from various tissues. Multi-parameter flow cytometry is critical component of the VIIIS and essential to their research mission. The existing BD Biosciences LSR II within the VIIIS is now over a decade old and will no longer be serviceable under a maintenance contract in the coming year. A new system is currently needed to continue uninterrupted flow cytometric studies within the VIIIS and ensure no loss in research productivity. It is very important that the new flow cytometer have features comparable to the existing BD LSR II to allow continuity in data acquisition and analysis within the VIIIS. Generic Name of Product: 30-Color Digital Flow Cytometer Brand Name or Equal Purchase Description: Product's Brand Name: BD FACSymphony A-5 Manufacturer's Name: BD Biosciences Model, Type, Catalog and/or part numbers: 660964 Symphony A5 SORP, 649908, 662644, 663165, 400003661, 624371, 566352. NINDS will accept products other than BD Biosciences' FACSymphony A-5. The is a Brand Name or Equal requirement. Any product offered must meet all of the below Salient Characteristics. Salient Characteristics: Contractor shall provide the VIIS a brand name or equal FACSymphony A-5 flow cytometer that meets the following requirements: • System's software must be compatible with FACSDIVA - a software package that allows acquisition and analysis of our existing flow cytometric data. • System must have ultra-quiet VPX electronics system and have very low electronic noise. • System must be capable of eventually supporting up to 50 high-performance photomultiplier tubes (PMTs) • System must come with a high end PC WorkStation to control the flow cytometer and software as well as 19" LCD monitor. • System must be cross-compatible with an existing BD LSR II to allow for an exchange of parts and trade-in of the LSR II. • System must have the following detectors: SSC Detector Decagon, BB515 Detector (505LP; 515/20), BB630 Detector (600LP;610/20), BB660 Detector (635LP;670/30), BB700 Detector (690LP;710/50), BB790 Detector (750Lp;780/60), APC Detector (670/30), Alexa 700 Detector (690LP;710/50), APC Cy7 Detector (750LP;780/60), BV421 Detector (450/50), BV480 Detector (450LP; 474/25), BV570 Detector (550LP;586/15), BV605 Detector (600LP;610/20), BV650 Detector (635LP;670/30), BV711 Detector (690LP;710/50), BV750 Detector (710LP;740/35), BV786 Detector (750LP;780/60), BUV396 Detector (378/29), DAPI Detector (410LP; 450/50), BUV496 Detector (450LP;515/30), BUV563 Detector (550LP;586/15), BUV661 Detector (635LP;670/30), BUV737 Detector (690LP;740/35), BUV805 Detector (770LP; 820/60), PE Detector no mirror (575/26), PE CF594 Detector (600LP;610/20), PE Cy5 Detector (635LP;670/30), PE Cy5.5 Detector (690LP;710/50), PE Cy7 Detector (750LP;780/60). • System must have the following lasers: LASER COHR SAPPHIRE MP 488nm (200mW), Laser MPB 628nm (1000mW;.3 mm beam), LASER VIOLET COHERENT OBIS 405nm (200mW LX), LASER SYSTEM UV-G4 355nm (60mW), Laser 532nm (1000mW; MPB). • System must have a Coherent Connection IV with Integration kit. • System must include starter and fluorochrome evaluation kits. • System computer must include FACSDIVA software or equivalent to control the instrument, acquire samples, and analyze resultant data. Contractor may include a a trade-in value for one (1) BD LSR II Flow Cytometer. Quantity: Contractor shall provide one (1) brand name or equal FACSymphony A-5 flow cytometer (upgradeable to 50-colors) with 5 laser lines, low electronic noise detectors, a computer with software to control the instrument, and starter / fluorochrome evaluation kits. Delivery Schedule: Delivery, installation and calibration must be completed within 6 months after contractor receipt of award. Contractor shall provide an Original Equipment Manufacturer (OEM) certified service technician to perform delivery, installation, calibration and training. On-site 3-day training must take place at the customer site within four (4) weeks of equipment installation. Training shall take place between the hours of 8:00am and 5:00pm, Bethesda, MD local prevailing time, Monday through Friday. Delivery Location: Delivery, installation and calibration must be performed at National Institutes of Health Bldg 10, Room 5S245 10 Center Drive Bethesda, MD 20892 Deliveries accepted between the hours of 8:00 am and 5:00 pm, Eastern Standard Time, Monday through Friday. Warranty: The Contractor shall provide at least a one (1) year warranty on all equipment, parts and repairs. The one (1) year warranty shall include preventative maintenance and technical support services by an OEM certified service technician. All products shall be warranted to be free from material defects in workmanship or material under normal use and service for the warranty period. Contractor shall provide technical assistance to the Government by telephone, Skype and in person on an as needed basis during the warranty period. Contract Type: A firm fixed price type contract is anticipated for this acquisition. Capability Statement / Information Sought: Small business Contractors that believe they possess the ability to provide the required products should submit documentation of their ability to meet the project requirements, addressing the Salient Characteristics contained in this announcement (a generic marketing brochure would likely not be sufficient to demonstrate a source's capability to meet the stated requirements) to the Contracting Officer. Contractors should also provide their Company Name, DUNS number, Physical Address, and Point of Contact Information and if applicable, Federal Supply Schedule (FSS) contract number. Interested organizations are required to identify their type of business, applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration definitions and guidelines. Additionally, please indicate the country of manufacture of the product your organization can offer to meet the stated requirements. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the Small Business Sources Sought notice number. All capability statements sent in response to this Small Business Sources Sought Notice must be submitted electronically (via email) to Jason Williams, Contracting Officer, at willjas@nida.nih.gov. All responses must be received by the specified due date and time in order to be considered. The response must be received on or before May 24, 2018 at 5:00 PM EST. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your 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 review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government intends to negotiate a fixed-price contract. The following FAR provision will be included in a future solicitation for this requirement, if issued. (THIS SMALL BUSINESS SOURCES SOUGHT NOTICE IS NOT A SOLICITATION and no award will be made from this announcement. The below FAR provision is included for informational purposes only). FAR 52.211-6 Brand Name or Equal (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/SBSS-NIH-NIDA-18-4957968/listing.html)
 
Place of Performance
Address: Contractor's facility, (Installation, calibration and training at NIH main campus in Bethesda, MD), United States
 
Record
SN04923180-W 20180517/180515230750-2e24af8be13d3bc4337da990e23361df (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  © 1994-2020, Loren Data Corp.