Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2018 FBO #6105
SOLICITATION NOTICE

66 -- Acquisition of a Brand Name or Equal Nexelcom Bioscience Celigo Imaging Cytometer

Notice Date
8/9/2018
 
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, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
N02CO82629-95
 
Archive Date
9/8/2018
 
Point of Contact
Ricky J. Watson, Phone: 2402766594
 
E-Mail Address
ricky.watson@nih.gov
(ricky.watson@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
The Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR) plans to procure a Nexcelom Biosciences Celigo Imaging Cytometer on a sole source basis, from Nexcelom Biosciences, 360 Merrimack St., Lawrence, MA, 01843. The response close date of this notice is in accordance with FAR 5.203(a)(1). This acquisition will be processed under FAR Part 12 - Acquisition for Commercial Items and will be made pursuant to the authority in FAR Part 13.106-1(b)(1); and is exempt from the requirements of FAR Part 6. The North American Industry Classification System code is 334516 and the business size standard is 1000 employees. The anticipated award shall be firm fixed price. It has been determined there are no opportunities to acquire green products or services for this procurement. CONTRACTOR REQUIREMENTS The purpose of this acquisition is to acquire a brand name or equal Nexcelom Bioscience Celigo Imaging Cytometer. The requirements below are necessary to physically fit the instrument within the available space of CCR's laboratory and to perform the necessary assays for ongoing research projects. The instrument must possess: • An optical system comprised of F-Theta lens and galvanometric mirrors that allow off-axis scanning which can image 1536-well plates. • A combination of bright field and 4 fluorescent channels for imaging up to 5 channels suitable for tracking and quantifying up to 5 different cell populations in a co-culture experiment using suspension and adherent cells. 
 • The ability to image analyze 6- to 1536-well microplates, 10 cm dish, T75 and T25 flasks, and microscope slides. 
 • The ability to acquire high quality images with uniform illumination and consistent image contrast from well edge to well edge allowing accurate cellular quantification and characterization for cell-based assays at a resolution of 1 um/pixel. • Optics with large depth of focus enabled quantification of large 3D spheroids (up to 
900 μm diameter) using single image/well instead of a stack of images. • A suite of ready-to-use bright field and fluorescent applications relevant to cell-based assays development. 
 • Bright field applications including: cell counting, confluence measurements, growth curves and 
proliferation, cell morphology analysis, cytopathic effects, cell culture QC, cell line development, colony formation and colony growth monitoring, 3D spheroid analysis for tumorspheres and embryoid bodies, cell migration and wound healing. 
 • Fluorescent applications including: cell health, cell viability, apoptosis, DNA synthesis and proliferation, cell cycle, fluorescent marker analysis, transfection and transduction efficiencies, multi-color fluorescent colony analysis and 3D spheroids fluorescent analysis. 
 • The ability to track the growth of individual 3D spheroids in a well containing multiple spheroids. 
 • The ability to provide measurements for adherent and suspension cells without the need for trypsinization or sample preparation. 
 • Multiple imaging modes (full well or partial well) and several focusing mechanisms. 
 • The ability to quickly review image results from plate-view level to cell-view level with a single magnification to rapidly assess the experimental results. 
 • An easy-to-use user interface for everyday use by laboratory personnel and does not require an image analysis expert.
 • A data management system supported by a database hosted either locally or within a networked server infrastructure. In addition, the instrument must: • Directly export segmented image data to.csv,.fcs,.ice, and.acs file format for flow or image-based analysis. • Count suspension cells and measure viability in a 96-well plate for cell counts ranging from 30 - 100,000 cells/well.
 • Count fluorescently stained adherent cells in large format plates (up to 400,000 cells/well in a 6-well plate). • Perform rapid imaging and analysis of 3D spheroids in a 384-well plate. • Directly count cells on transwell membranes for cell migration assays in bright field or fluorescence. 
 • Validate over 100 different cell lines for direct cell counting in bright field. 
 DELIVERY / INSTALLATION Delivery Schedule The equipment shall be delivered within four weeks of purchase order award Delivery POC: TBD at Award Delivery Address: TBD at Award TRAINING Training shall occur within 20 days of installation for 3 users. PAYMENT Payment authorization requires submission and approval of invoices to the COR and NIH OFM, in accordance with the payment provisions listed below: The following clause is applicable to all Purchase Orders, Task or Delivery Orders, and Blanket Purchase Agreement (BPA) Calls: PROMPT PAYMENT (JUL 2013) FAR 52.232-25. Highlights of this clause and NIH implementation requirements follow: I INVOICE REQUIREMENTS A. An invoice is the Contractor's bill or written request for payment under the contract for supplies delivered or services performed. A proper invoice is an "Original" which must include the items listed in subdivisions 1 through 12, below, in addition to the requirements of FAR 32.9. If the invoice does not comply with these requirements, the Contractor will be notified of the defect within 7 days after the date the designated billing office received the invoice (3 days for meat, meat food products, or fish, and 5 days for perishable agricultural commodities, dairy products, edible fats or oils) with a statement of the reasons why it is not a proper invoice. (See exceptions under II., below.) Untimely notification will be taken into account in the computation of any interest penalty owed the Contractor. 1. Vendor/Contractor: Name, Address, Point of Contact for the invoice (Name, title, telephone number, e-mail and mailing address of point of contact). 2. Remit-to address (Name and complete mailing address to send payment). 3. Remittance name must match exactly with name on original order/contract. If the Remittance name differs from the Legal Business Name, then both names must appear on the invoice. 4. Invoice date. 5. Unique invoice #s for all invoices per vendor regardless of site. 6. NBS document number formats must be included for awards created in the NBS: Contract Number; Purchase Order Number; Task or Delivery Order Number and Source Award Number (e.g., Indefinite Delivery Contract number; General Services Administration number); or, BPA Call Number and BPA Parent Award Number. 7. Data Universal Numbering System (DUNS) or DUNS + 4 as registered in the Central Contractor Registration (CCR). 8. Federal Taxpayer Identification Number (TIN). In those exceptional cases where a contractor does not have a DUNS number or TIN, a Vendor Identification Number (VIN) must be referenced on the invoice. The VIN is the number that appears after the contractor's name on the face page of the award document. 9. Identify that payment is to be made using a three-way match. 10. Description of supplies/services that match the description on the award, by line billed.* 11. Freight or delivery charge must be billed as shown on the award. If it is included in the item price do not bill it separately. If identified in the award as a separate line item, it must be billed separately. 12. Quantity, Unit of Measure, Unit Price, Extended Price of supplies delivered or services performed, as applicable, and that match the line items specified in the award.* * NOTE: If your invoice must differ from the line items on the award, please contact the Contracting Officer before submitting the invoice. A modification to the order or contract may be needed before the invoice can be submitted and paid. B. Shipping costs will be reimbursed only if authorized by the Contract/Purchase Order. If authorized, shipping costs must be itemized. Where shipping costs exceed $100, the invoice must be supported by a bill of lading or a paid carrier's receipt. C. Mail an original and 1 copy of the itemized invoice to: National Institutes of Health Office of Financial Management, Commercial Accounts 2115 East Jefferson Street, Room 4B-432, MSC 8500 Bethesda, MD 20892-8500 For inquiries regarding payment call: (301) 496-6088 In order to facilitate the prompt payment of invoices, it is recommended that the vendor submit a photocopy of the invoice to the "Consignee" designated for the acquisition in blocks 6A - 6E of the face page of the Order/Award document. II. INVOICE PAYMENT A. Except as indicated in paragraph B., below, the due date for making invoice payments by the designated payment office shall be the later of the following two events: 1. The 30th day after the designated billing office has received a proper invoice. 2. The 30th day after Government acceptance of supplies delivered or services performed. B. The due date for making invoice payments for meat and meat food products, perishable agricultural commodities, dairy products, and edible fats or oils, shall be in accordance with the Prompt Payment Act, as amended. III. INTEREST PENALTIES A. An interest penalty shall be paid automatically, if payment is not made by the due date and the conditions listed below are met, if applicable. 1. A proper invoice was received by the designated billing office. 2. A receiving report or other Government documentation authorizing payment was processed and there was no disagreement over quantity, quality, or contractor compliance with a term or condition. 3. In the case of a final invoice for any balance of funds due the contractor for supplies delivered or services performed, the amount was not subject to further settlement actions between the Government and the Contractor. B. Determination of interest and penalties due will be made in accordance with the provisions of the Prompt Payment Act, as amended, the Contract Disputes Act, and regulations issued by the Office of Management and Budget. IV. PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS, FAR 52.232-40 (DEC 2013) a) Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. b) The acceleration of payments under this clause does not provide any new rights under the prompt Payment Act. Include the substance of this clause, include this paragraph c, in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items. This notice is not a request for competitive quotation. However, if any interested party, especially small business believes it can meet the above requirement, it may submit a proposal or quote for the Government to consider. The response and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement. Responses must be received in the contracting office by 11:00 AM EST, on August 24, 2018. All responses and questions must be via email to Ricky Watson, Contract Specialist at ricky.watson@nih.gov. A determination by the Government not to compete this proposed 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 be registered and have valid certification through SAM.GOV and have Representations and Certifications filled out. Reference: N02CO82629-95 on all correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02CO82629-95/listing.html)
 
Record
SN05030300-W 20180811/180809231643-d1bfde24f04747af9a89882b7cc45cae (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.