CytoFLEX S V4-B2-Y0-R3 Flow Cytometer with Plate Loader
This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulat...
This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 “Streamlined Procedures for Evaluation and solicitation for commercial Items,” as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-NIAID-23-2183050 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04 dated 6/02/2023. The North American Industry Classification System (NAICS) code for this procurement is 334516, Analytical Laboratory Instrument Manufacturing, with a size standard of 1000 employees. The requirement is being competed as a Brand Name or Equal requirement (considered full and open competition), and without a small business set-aside. The National Institute of Allergy and Infectious Diseases (NIAID)’s Laboratory of Bacteriology (LB), Pathogen Molecular Genetics Section (PMGS) (collectively “Program”) studies bacteria that cause important human infections and researches the interaction between the host and the commensal bacteria populating its digestive system, skin, and urinary tracks. This understanding can help Program develop better solutions for the immune evasion mechanisms of pathogens. Program has a particular interest in coagulase-positive and negative staphylococci and the interaction of these bacteria with the host and the microbial environment. Program’s labs require the use of benchtop flow cytometer equipment, specifically the CytoFLEX S V4-B2-Y0-R3 to continue and optimize its research. The CytoFLEX S V4-B2-Y0-R3 benchtop flow cytometer can measure fluorescence in various cell sizes from small bacteria to large host cells, monitor the promoter activity of staphylococcal genes such as regulators using fluorescence markers, can monitor every single bacterium for more than one parameter, monitor gene activation in single-bacterium resolution, and provide information beyond the population level resolution that is produced by light spectroscopy instruments such as plate readers. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for the following Brand Name of items: Part #C02948; Description: CytoFLEX S V4-B2-Y0-R3 Flow Cytometer has 3 active lasers (405 nm, 488 nm, 638 nm) and 9 channels for fluorescence detection. This instrument can be upgraded with a maximum of 4 Violet, 2 Blue, 4 Yellow Green, and 3 Red channels. It includes 13 repositionable bandpass filters, 450/45, 525/40 (2), 585/42, 610/20 (2), 660/10 (2), 690/50 (2), 712/25, 780/60 (2). The complete system is supplied with computer workstation with CytExpert Acquisition software, sheath and waste containers with harness. Part #B68560; Description: CytoFLEX Service Installation Part #C02396; Description: CytoFLEX Plate Loader for Standard Plates with Sample Injection Mode Control Shipping and Handling The CytoFLEX S instrument has the following capabilities: • The flow cytometer needs to have a sensitivity at least at the level of 24-bit and 7-decade resolution down to <30 MESF-FITC and <10 MESF-PE. • Due to space limitations, the flow cytometer needs to have maximal dimensions of 16.7 in x 16.7 in x 13.4 in to fit on our benchtop space. • It must have at least 9 channels with the use of 3 lasers: a violet 405 nm, a blue-green 488 nm, and a red 638 nm laser, to fit our projects. • The flow cytometer package must contain a computer workstation preinstalled with CytExpert software, a Beckman-Culture unique top-of-the-line high-performance online cytometer software with an intuitive user interface, which allows even new users easy access to the full abilities of the instrument. This is essential, as many users in the PMGS are new to flow cytometry. • The flow cytometer must contain a 96-well plate built-in plate loader for high-throughput screening and be able to process samples from either U-, V-, or flat-bottom 96 well plates. • We must have simple field upgradability in our flow cytometry analyzer without the need to buy a new instrument. If needed, the configuration of the CytoFLEX can be increased to a total of 13 colors by a simple field software upgrade in the future. This field upgrade includes the activation of a 561 nm yellow-green laser for maximal excitation of PE-tandem dyes and simplified compensation. • The flow cytometer should have avalanche photodiodes (rather than photomultiplier tubes) working from 200 to 1100 nm to allow for suitable fluorescence measurements in the NUV, VIS, and NIR range. • The instrument should be able to conduct automatic compensation, store compensation matrices in a compensation matrix library, and automatically adjust compensation values to changes in detector gains. • For better microparticle detection, as small as 80 nm in diameter, the system must be upgradable to use the violet (405 nm) laser for side scattering (SSC) measurement. • The system should contain a Wavelength Division Multiplexing (WDM) detection module with solid-state, high efficiency, low-noise detectors, allowing for the easy setup of collection optics for a variety of applications while also minimizing light loss with efficient transmission of emitted light. • The system should have the capacity of various fluidic rates. The CytoFLEX flow rate can range between 10 and 240 ul/min. • The system should have a peristaltic pump or equivalent to allow direct absolute count measurements without using beads. • The software should be able to produce standard FCS files (FCS 3.0 format), which can later be analyzed by a third-party offline flow software such as FlowJo, which our lab uses. Delivery Date or Period of Performance: Delivery is estimated to be up to two (2) months after the date and acceptance of award. Place of Performance or Delivery Location: Bethesda, MD 20814. The government intends to award a “firm fixed price” purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. The award will be based on the technical capability to meet the requirements and price. NIAID will evaluate quotes to determine the best value to the government. NIAID will evaluate price only for those quotes, which are rated as technically acceptable. In the event quotes are evaluated as technically equal, price will become a major consideration in selecting the successful Offeror. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items FAR 52.212-3 Offerors Representations and Certifications - Commercial Items FAR 52.204-7 System for Award Management (Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements – Representation FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204–26 Covered Telecommunications Equipment or Services-Representation FAR 52.211-6 Brand Name or Equal As prescribed in 11.107(a), insert the following provision: Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.204-13 System for Award Management Maintenance FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations 52.252-2 -- Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/vffara.htm. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Submission shall be received not later than 08/31/2023 @ 4:00 PM EST Offers may be emailed to Lu Chang at
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »