SOLICITATION NOTICE
66 -- Flow Cytometry Analyzer (BD FACS Symphony Flow Cytometry A3 (X30))
- Notice Date
- 8/31/2017
- Notice Type
- Presolicitation
- NAICS
- #334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Mental Health, Contracts Management Branch, 6001 Executive Blvd, Rm 8154, MSC 9661, Bethesda, Maryland, 20892-9661
- ZIP Code
- 20892-9661
- Solicitation Number
- NIH-NIDA-SSSA-NOI-2017-710
- Archive Date
- 9/23/2017
- Point of Contact
- Yvette Brown,
- E-Mail Address
-
Yvette.Brown@nih.gov
(Yvette.Brown@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- PRE-SOLICITATION NOTICE OF INTENT NON-COMPETITIVE INTRODUCTION PURSUANT TO FAR Subpart 5.2-Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT ACTION. THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Institute on Aging intends to negotiate and award a contract for Flow Cytometry Analyzer (BD FACS Symphony Flow Cytometry A3(X30)). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516 with a Size Standard of 1,000 employees. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses of the Federal acquisition Requlation (FAR) in effect through the Federal Acquisition Circular (FAC) 2005-95 dated Jaunary 2017. STATUTORY AUTHORITY This acquisition is conducted as non-competitive under the authority of 41 U.S.C. 253(c) under provisions of the statutory authority of FAR Subpart 6.302-1 Only one responsible source and no other supplies or servies will satisfy agency requirement. DESCRIPTION OF REQUIREMENT Project Description Flow Cytometry Analyzer. The NIA intends to purchase a BD FACS Symphony Flow Cytometry A3(X30) to provide for continued needs of current users and the analysis of their data on an identical instrument to allow for continuation and reproductivity of their experiments. This analyzer consists of a BD FACS Symphony analyzer, and is capable of 30 parameters of data acquisition (28 colors) in the configuration of 5 detectors (PMTs) from the 488nm laser (150mW), 3 PMTS from the 637nm laser (140mW), 5 PMTs from the yellow-green 561nm laser (150mW), 8 PMTs from the violet 405nm laser (100mW), and 7 PMTs from a 355nm UV laser (20mW). The purchase includes a FACS Symphony Z230TWR workstation bundle with the latest version of Diva software (v8.0.2 and above), monitors, fluiditics cart with air compressor, temperature control option, and a small number of consumables (sheath, FACSclean, CS&T beads); as well as access to the proprietary fluorochromes developed by BD Biosciences and only available to Symphony analyzer users. Purpose and Objectives The objective is for infrastructure replacement and improvements to current non-upgradable instruments that have passed their lifespan. The Flow Cytometry Shared Resource Laboratory is a core facility at the NIA Intramural Research Program (IRP) that provides analytical flow cytometry and cell sorting services as well as access to instrumentatino which is essential to the biomedical research mission of the NIA IRP. The goal is to expand both the capacity and capabilities of the laboratory and keep the flow cytometry core state of the art. Period of Performance It is anticipated that a fixed price commercial item contract will be awarded, with expected delivery and installation within 30-60 days after receipt of award. CLOSING STATEMENT This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.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. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must be received by 10:00 am Eastern Time, September 8, 2017. and must reference number NIH-NIDA-SSSA-NOI-2017-710. Responses must be submitted electronically to Yvette Brown at yvette.brown@nih.gov and must reference the solicitation number NIH-NIDA-SSSA-NOI-2017-710, on your electronic request. FAX requests are not accepted. "All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIMH/NIH-NIDA-SSSA-NOI-2017-710/listing.html)
- Place of Performance
- Address: National Institutes of Health, 251 Bayview Blvd, Baltimore, Maryland, 21224, United States
- Zip Code: 21224
- Zip Code: 21224
- Record
- SN04656455-W 20170902/170831233153-9b926ba79b4eaa36fa95a65c181afd1d (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 |