SOURCES SOUGHT
66 -- Flow Cytometer Cell Sorter
- Notice Date
- 4/11/2018
- 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
- NIHDA201800162
- Archive Date
- 5/8/2018
- Point of Contact
- Hunter A Tjugum, Phone: 3018275304
- E-Mail Address
-
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a "Sources Sought" notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. 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. The information requested will assist the Government in determining the appropriate acquisition method, including whether a small business social-economic set-aside, competitive or non-competitive method is possible, and to determine the availability of all qualified companies technically capable of meeting the Government's requirement. NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE The NAICS code applicable to this requirement is 334516 Analytical Laboratory Instrument Manufacturing with size standard 1000 employees. Background: The National Center for Advancing Translational Sciences (NCATS), Division of Preclinical Innovation (DPI), has a potential requirement for Flow Cytometer Cell Sorters, quantity two (2), that meet essential features described in this notice needed to enable cell sorting, purification, and analysis. DPI plans, conducts and uses both internal and contract resources to advance collaborative research projects across the pre-clinical phases of the translational science spectrum. Specifically, this division plans, conducts and collaborates on research to develop new methods and technologies to enhance pre-clinical processes; plans, conducts and collaborates on research to evaluate existing and developing approaches, technologies, and processes in the pre-clinical spectrum; supports training programs relevant to pre-clinical phases of translational science; allocates DPI resources to pre-clinical extramural and intramural investigators; collaborates with other NIH Institutes and Centers and the scientists they support; consults with stakeholders, including patients, industry and regulators. A fundamental need underlying almost all aspects of research at DPI relates to the creation, isolation, purification, and analysis of cell populations. For example, cells can be engineered to report on a specific biological process and subsequently used to interrogate collections of small molecules and biologics that affect those processes. Once created these cells need to be isolated (clonal) or enriched from heterogeneous populations of cells that may or may not contain the desired reporter. Similarly, a certain subset of cells may be required to perform an experiment (e.g., stem cells or differentiated cells from iPSCs). Accordingly, these cells must be isolated from bulk populations. Cells may also need to be isolated for endpoint assays. For example, pooled shRNA or CRISPR-based screens can be performed on cells, and cells exhibiting desired phenotypes can be isolated and analyzed to identify pertinent shRNAs or CRISPRs. Cells populations may also need to be analyzed for enrichment or depletion of phenotypes as an endpoint assay (e.g., cell cycle, apoptosis, protein expression, probe efflux/influx, etc.). For the research projects on-going and increasingly anticipated at DPI, a cell sorter is needed that has the capability of sorting, collecting, and analyzing cells in a wide range of sizes utilizing various methods of genetically-encoded fluorescence and antibody/dye labeling-based detection in a high speed and accurate fashion. It is also important that the instrument can sort and collect cells with minimum chance for cross contamination of the samples. Purpose and Objectives This Sources Sought notice seeks to determine eligible sources capable of achieving the essential features of this potential requirement in accordance with the specifications described in this notice. Project Requirements Contractors submitting a response to this Sources Sought notice shall possess the ability to achieve the essential government features specified herein. Offerors to this Sources Sought notice shall document evidence of being able to provide the subject requirement in accordance with the following salient characteristics that must be achieved: Uses disposable precision molded microfluidic flow cell and nozzle (sorting chip) available in three interchangeable nozzle sizes: 70 µm, 100 µm, and 130 µm for optimization of system for different cell types and size selection; Performs completely automated a) sorting chip alignment and focusing to the lasers and detectors (light scatter and fluorescence), b) droplet breakoff, side stream positioning, and sort delay calibration, c) sort monitoring (drop breakoff control) with an integrated high resolution video display to provide real-time monitoring and color coded status information; Provides completely replaceable sample path with the sorting chip, sample line, and sample probe as disposable and available as sterile items; Includes software with wizard-driven procedures for start-up, shut-down, sorting chip exchange, sample line exchange, maintenance, and cleaning procedures; Contains up to 4 lasers with the 488 nm laser as standard and options for 405, 561, and 638 nm excitation wavelengths as optional upgrades. Has six PMTs for fluorescence in a freeform optical design to permit the signals from any of the four lasers to be detected by any or all of the six PMTs, based on operator filter selection; Supports a wide variety of sample delivery formats, including 0.5 mL, 1.5 mL, 5 mL and 15 mL tubes, with the sample station able to be cooled to 5°C, left at ambient temperature, or heated to 37°C by an integrated thermoelectric system; Allows sort collection tube options of 1.5 mL, 5 mL, and 15 mL tubes to be held at 5°C by an integrated thermoelectric system or left at ambient temperature; Periodic automated sample mixing to be enabled or disabled by the operator; Includes a fluidics cart that uses weight sensors to monitor the levels of sheath fluid, waste fluid, and ethanol tanks to be on wheels for safe and easy manipulation of containers during fluid replacement; Small footprint designed to fit on a standard bench top with dimensions not to exceed 21.7" (55cm) wide x 21.7"(55cm) deep x 28.4"(72cm) high; Fits into an optional custom-made biosafety cabinet with the following external dimensions: (W) 46.50" x (D) 39" x (H) 88.18" with cabinet including an integrated aerosol management system; Contains option to be upgraded for providing single and multi-cell sorting into 6, 12, 24, 48, 96 and 384 well plates or PCR tubes; Includes plate sorting option which provides index sorting tools for single cell cloning applications to record and plot the measured intensity (light scatter and fluorescence) of each individual cell sorted with the well location and intensity values able to be exported to a spreadsheet; Covered by the manufacturers basic warranty in accordance with standard commercial warranty practice, including inside delivery after receipt of an order and installation and training. Delivery: Offerors should indicate an estimated delivery time in full after receipt of an order and any other training or factory warranty schedules in accordance with standard commercial practice, as applicable. Inspection and acceptance will be performed at a Government facililty located at 9800 Medical Center Drive, Rockville, MD 20850. Capability statements sought Interested parties are expected to review this notice to familiarize itself with the requirements of this product or service. Failure to do so will be at your firm's own risk. Respondents must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) best estimated delivery date after receipt of order; (d) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in this announcement. Respondents that believe that they are authorized resellers of the equipment described in this announcement may provide, in addition to the aforementioned information, as part of their response: quantity; estimated price or cost; shipping, handling, and/or installation charges. The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc.) pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The response is limited to fifteen (15) pages. The 15-page limit does not include the cover page, executive summary, or references, if requested. The information submitted must be in an outline format that addresses each of the elements of the product requirement. A cover page and an executive summary may be included but is not required. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. Respondents must reference the announcement number NIHDA201800162 on all correspondence related to this Sources Sought notice. The response must be submitted to Mr. Tjugum electronically, at hunter.tjugum@nih.gov and be received prior to the closing date specified in this announcement. CONCLUDING STATEMENTS Disclaimer and Important Notes. 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, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIHDA201800162/listing.html)
- Record
- SN04885833-W 20180413/180411230846-1c6e8bee80cf937e7ab32929d55999c4 (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 |