Apogee flow cytometer A60 Micro upgrade
INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION. The National Institutes of Hea... INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION. The National Institutes of Health, National Institute of Child Health and Development (NICHD), in support of the work of the National Institute of Diabetes, Digestive, and Kidney Disease (NIDDK), Laboratory of Cellular and Developmental Biology intends to award a purchase order without providing for full and open competition for Apogee flow cytometer A60 Micro upgrade from Apogee Flow Systems, Unit 7, Grovelands, Boundary Way, Hemel Hempstead HP2 7TE, UK. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516 with a Size Standard 1000. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Regulation (FAR) Circular (FAC) 2020-06 effective 05-06-2020. This acquisition is conducted under the procedures as prescribed in FAR subpart 13-Simplified Acquisition Procedures at an amount not exceeding the simplified acquisition threshold ($150,000) and FAR Subpart 12- Acquisition of Commercial Items. STATUTORY AUTHORITY This acquisition is conducted under the authority of 41 U.S.C. 253(c) under provisions of the statutory authority of FAR Subpart 6.302- FAR 6.302-1—Only one responsible source and no other supplies or services will satisfy agency requirements 41 U.S.C. 253(c)(1). Place of Performance National Institutes of Health National Institute of Diabetes, Digestive, and Kidney Disease (NIDDK)/DKUHD 9000 Rockville Pike Bethesda, MD 20892, United States Description of the Requirement: The Gene Expression and Regulation Section (NIH/NIDDK) studies gene expression and regulation in several systems (T4 bacteriophage, E. coli, B. pertussis, V. cholerae, and E. coli LF82), with a focus on transcriptional initiation and activation, and on virulence gene regulation. The lab has a flow cytometer (Apogee A40-MiniFCM), acquired from an NIH lab in Frederick, which is specifically designed for bacterial flow cytometery. Using this flow cytometer, we have successfully investigated how the T4 phage protein MotB affects cell length and DNA replication. More recently, the lab has also used the flow cytometer to investigate how a variant of RNA polymerase, found in the E. coli pathobiont LF82 that is associated with Crohn’s Disease, changes cell length and replication. This flow cytometer currently has a violet (405 nm) laser that allows detection of DNA stained with ethidium bromide. We would like to upgrade the instrument to allow us to monitor DNA and expressed GFP-fusion proteins simultaneously with the addition of a 488 nm laser. Adding a 561 nm laser would enable research into more complicated interactions between fusion proteins by allowing us to add mCherry-fused proteins. This upgrade would essentially give us a new instrument at far less cost than buying a new one. Required features for upgrade of existing Apogee A40 MiniFCM flow cytometer: Laser Asbly A60 Micro 405 nm position A – Exchange for old A40 Radius Laser Asbly A60 Micro 488 nm, 100 mW position C Laser Asbly A60 Micro 561 nm, 100 mW position D, round beam LS Detectors Upgrade to A60 Fluorescence Detector, photomiultiplier 340 uA/Im Data Acquisition Board, PCle, 4 channel Filter Block, LS, BSP495 L488 Filter Block Set, FL2:530/40, alternative FL3: LP650 Filter Block, FL1, LP590 (mCherry), dual beam with dual field stop Tank, refillable: Sheath and cleaning fluid Adding the lasers to the lab’s existing Apogee A40 flow cytometer will allow the research into cell length and DNA replication changes affected by host take-over by the T4 phage, and by infection with the E. coli pathobiont LF82 (associated with Crohn’s Disease). The upgraded monitor will allow for monitor DNA and expressed GFP- and mCherry-fusion proteins, enabling research into more complicated interactions. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon previous the market research conducted as prescribed in FAR Part 10—Market Research. Only one source is available: Per FAR 13.106-1(b)(1) the Contracting Officer has determined the lab studies gene expression and regulation in multiple systems: T4 bacteriophage, E. coli, B. pertussis, V. cholerae, and E. coli LF82. While studying the effects of virulent bacterial proteins on host cells, or phage proteins involved in the take-over of host cell replication machinery, we have found changes in host cell length and DNA replication. In order to follow up on these findings, we need to create proteins fused with fluorescent labels to visualize the changes and investigate the implications. The current research involves the use of a flow cytometer, but the investigations are now limited by the single-laser instrument. Adding a 488 nm laser this will allow the lab to monitor DNA and expressed GFP-fusion proteins simultaneously. Adding the 561 nm laser will enable research into more complicated interactions between fusion proteins, allowing us to add mCherry-fused proteins. The laboratory currently uses an Apogee A40-MiniFCM flow cytometer for bacterial flow cytometry. Apogee is the only service provider for this equipment, so a complete upgrade on the existing instrument can only be performed by Apogee. The upgrade will essentially give us a new instrument at far less cost than purchasing a new one. 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 shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. 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 to this notice shall be submitted electronically by 11:00 am Eastern Standard Time, on June 19, 2020 to Verne Griffin, verne.griffin@nih.gov and shall reference solicitation number NICHD-20-118. Assessment of Capability Award will be made to the contractor who provides the most advantageous quote to the government. Technical factors and price considered. In order to be considered technically acceptable the offeror must provide the services listed under “Description of the Requirement”.
Data sourced from SAM.gov.
View Official Posting »