Maryland Bids > Bid Detail

BD Biosciences FACSDiscover S8 Cell Sorter or Equivalent

Agency:
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159630688431329
Posted Date: May 5, 2023
Due Date: May 18, 2023
Solicitation No: 75N95023Q00276
Source: https://sam.gov/opp/d1e62c510e...
BD Biosciences FACSDiscover S8 Cell Sorter or Equivalent
Active
Contract Opportunity
Notice ID
75N95023Q00276
Related Notice
Department/Ind. Agency
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 04, 2023 11:59 am EDT
  • Original Response Date: May 18, 2023 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Baltimore , MD 21224
    USA
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, to determine the method of acquisition, and availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality. 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. Small businesses are encouraged to respond.



For equipment/supply requirements, responses must include the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule).



Background:



The National Institute on Aging NIA, one of the 27 Institutes and Centers of the National Institutes of Health (NIH) leads the federal government in conducting and supporting research on aging and the health and well-being of older people. The Institute seeks to understand the nature of aging and the aging process, and diseases and conditions associated with growing older, to extend the healthy, active years of life.



The Flow Cytometry Shared Resource Laboratory is a core facility at the National Institute on Aging (NIA) Intramural Research Program (IRP). This core facility provides analytical flow cytometry and cell sorting services as well as access to instrumentation which is essential to the biomedical research mission of the NIA IRP.



Purpose and Objectives:



This equipment is being requested for infrastructure replacement and improvements for instruments. This justification is based on three underlying principles: 1) expands the power of cell analysis and sorting to new dimensions by combining spectral flow cytometry with real-time spatial and morphological insights , 2) meet user needs for additional capacity, and 3) address scientific obsolescence as the flow cytometry field and the pivotal role that it plays in current and future life science research at the NIA IRP moves forward. This instrument is needed to keep the flow cytometry core state-of-the art.



Project requirements:



The following salient characteristics are required:




  • Built-in visual inspection capabilities, flexible panel design, automated features and index sorting that correlates immunophenotyping, imaging and downstream assay results.




  • Minimum of 78 fluorescent detectors across five lasers with algorithmically optimized filter bandwidths.




  • Ability to combine flow cytometry data with spatial and morphological insights to visually confirm cells of interest, which is used to accurately draw gates and screen out doublets and unwanted events.




  • Label-free sorting which minimizes sample preparation and sorts precious, sensitive and transiently expressing cells using image-enabled FSC, SSC and light loss detectors to enable accurate cell characterization without fluorescent antibody labeling.




  • Ability to show fluorescent localization that reveals the spatial context of fluorescent signals hidden in flow cytometry. Track the subcellular movement of a protein across organelle boundaries within the cell, such as the NFΚB translocation from the cytoplasm to the nucleus.




  • Cell cycle analysis methods with image feature analysis which can provide insight into DNA distribution information to differentiate the phases of the cell cycle.




  • Ability to show the spatial context of cells using image feature analysis to identify combinations of engaged cells. Distinguish between two cells that are coincident (passed through the interrogation point in close proximity) and true doublets (cells that are actually touching each other). Further image analysis can reveal receptor accumulation at the site of the cell-cell synapse (active synapse).



Anticipated period of performance:



The anticipated delivery date is 90 days after receipt of the purchase order.



On-site training must take place at the customer site within two (2) to four (4) weeks of equipment installation at the discretion of the customer based on staffing and core scheduling. Training shall take place between the hours of 8:00am and 5:00pm, Baltimore, MD local prevailing time, Monday through Friday. The contractor shall provide a company certified service technician to perform setup, installation, and training.



Other important considerations:



In case domestic sources are available and capable of fulfilling the Government’s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR 25.



Capability statement /information sought.



Companies that believe they possess the capabilities to provide the required product should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately. Additionally, the capability statement should include 1) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 2) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents’ technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.



Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. 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 solicitation notice number.



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 information submitted must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required.



The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested.



All responses to this notice must be submitted electronically to the Contracting Officer. Facsimile responses are NOT accepted.



The response must be submitted to Eric McKay, Contracting Officer, at e-mail address eric.mckay@nih.gov.



The response must be received on or before May 18, 2023, 4:00 pm, Eastern Time.



“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 presolicitation synopsis and solicitation may be published in www.sam.gov. 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).


Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Primary Point of Contact
Secondary Point of Contact


History
  • May 04, 2023 11:59 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >