SPECIAL NOTICE
66 -- Amicus Cell Separator System
- Notice Date
- 8/16/2024 4:43:21 AM
- Notice Type
- Special Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- NOI-NIAID-24-2226589
- Response Due
- 8/26/2024 11:00:00 AM
- Archive Date
- 09/10/2024
- Point of Contact
- Leah Hinson
- E-Mail Address
-
leah.hinson@nih.gov
(leah.hinson@nih.gov)
- Description
- PRE-SOLICITATION NOTICE Title: Amicus Cell Separator System ID: NOI-NIAID-24-2226589 Response Date: August 26, 2024 NAICS: 334516 Introduction This is a Notice of Intent, not a request for proposal.� The National Institute of Allergy and Infectious Diseases (NIAID) of the National Institutes of Health (NIH) intends to negotiate on an other than full and open competition basis with Fenwal, Inc. a Fresinius Kabi company, Zurich, Illinois to procure the Amicus Cell Separator System. The Barrier Immunity Section at the Laboratory of Viral Diseases (BIS/LVD/NIAID/NIH) will use the requested cell separator to assist and support ongoing research efforts aimed at understanding the mechanisms that underlie HIV disease progression; specifically, this instrument will streamline the BIS� experimental approaches involving nonhuman primate models. The VLD is requesting the purchase of the Amicus Cell Separator System. Description of Need: ����������� Amicus Cell Separator, QTY 1 ����������� Pricing includes the following: -���������� Spool ASSY, MNC (RoHS) -���������� Amicus Overlay MNC English -���������� Amicus V6.0G Oms -���������� One year Warranty Coverage � Salient Characteristics � Instrument must be capable of achieving 80% median mononuclear cell collection �� (MNC). � Must be capable of tailoring collections for high product purity and high MNC yield by � manipulating the duration of the harvest. � System must keep median platelet loss at 10%. � Must be able to operate with a low extracorporeal volume of 165 mL. � Must have �custom prime� feature for use with patients that have lower total blood � volume or lower hematocrit. � Must have custom features to allow apheresis in nonhuman primates < 10 kg. � System must operate with apheresis kits sterilized using irradiation; this avoids the risk � of unwanted reactions due to residual ethylene oxide and eliminated the need for � double priming. ������������ � Must operate with DEHP-free storage containers to minimize patient exposure The statutory authority for this sole source requirement is 41 U.S.C. 253 (c) (1) as implemented by FAR 13.106-1 only one responsible source and no other supply of service will satisfy agency requirements. THIS IS NOT A REQUEST FOR PROPOSAL.� All responsible sources that could provide comparable services may submit a capability statement that will be considered. If your organization has the potential capacity to support this requirement, please provide the following information: 1) organization name, address, point of contact, email address, website address, telephone number, UEI number and size and type of ownership for the organization; and 2) respondents shall indicate if they are the manufacturer or the distributor of Vantage Liquid Handling workstation and consumables and shall include basic information on product specifications. If an equal product is recommended (not specific to the brand proposed) then sufficient details shall be provided by the respondent describing how the equal product being recommended, meets the minimum specifications of the requirement. Submission Instructions Interested businesses who consider themselves qualified to provide the above-listed items are invited to submit a response to this Notice of Intent by August 26, 2024 at 2:00 PM EST. All responses under this Notice of Intent must be submitted via the NIAID electronic Simplified Acquisition Submission System (eSASS) website at https://esass.nih.gov. All vendors must register in the eSASS system to submit their documentation. Instructions on how to register /submit documents are included on the website. All responses received by the closing date of this synopsis will be considered by the Government. 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
-
SAM.gov Permalink
(https://sam.gov/opp/9549d9dcff7f48c08942330ded13500e/view)
- Place of Performance
- Address: Poolesville, MD 20837, USA
- Zip Code: 20837
- Country: USA
- Zip Code: 20837
- Record
- SN07173567-F 20240818/240816230110 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |