The RFP Database
New business relationships start here

Procurement of a BD LSRFortessa Flow cytometer (special order system)


Maryland, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Contracting Office Address:
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E144, Bethesda, MD 20892, UNITED STATES

Description:
The National Cancer Institute (NCI), Center of Cancer Research (CCR), Laboratory of Tumor Immunology and Biology (LTIB), plans to procure, on a sole source basis, a BD LSRFortessa Flow cytometer (special order system)by BD Biosciences, One Becton Drive, Franklin Lakes, NJ 07417.

The response close date of this notice for this requirement is in accordance with FAR 5.203(a)(1). This acquisition will be processed under FAR Part 12 - Acquisition for Commercial Items and in accordance with simplified acquisition procedures as stated in FAR Part 13.106-1(b)(1) and is exempt from the requirements of FAR Part 6. The North American Industry Classification System (NAICS) code is 334516 and the business size standard is 1,000 employees.


Only one (1) award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract.


The period of performance: delivery will be within 90 days from date of award.


It has been determined there are no opportunities to acquire green products or services for this procurement.

The Laboratory of Tumor Immunology and Biology (LTIB) functions as a multidisciplinary and interdisciplinary translational research programmatic effort with the goal of developing novel immunotherapies for cancer. The LTIB strategic plan focuses on the development of novel immunotherapeutics for human carcinomas, not only as monotherapies, but more importantly, in combination with other immune-mediating modalities, and other conventional or experimental therapies, as part of an immuno-oncology programmatic effort. Within this effort are several research groups, a clinical trials group, two independent tenure-track investigators, and multiple collaborations with intramural and extramural scientific and clinical investigators and with investigators in the private sector.

The program takes advantage of the uniqueness of the NCI intramural program in that it spans high-risk basic discovery research in immunology and tumor biology, through preclinical translational research, to paradigm-shifting clinical trials. Focus is placed on the design and development of novel 'off-the-shelf' recombinant (rec.) vaccines and immunomodulators that can be used in clinical studies at numerous institutions, and do not involve costly and labor-intensive ex vivo manipulations that can be carried out in only one or two centers. This is accomplished via Cooperative Research and Development Agreements (CRADAs) with partners in the private sector that provide agents for preclinical studies in appropriate animal models that we have developed and in human in vitro systems. The immunotherapeutics that the LTIB has developed have also enabled collaborations with other clinical investigators at extramural Cancer Centers.

A critical component of the LTIB is the immune analyses of cancer patients receiving immunotherapies. Scientists at the LTIB have developed an expanded flow cytometry assay to identify 123) distinct immune cell subsets in peripheral blood, that include nine (9) classic subsets and (114) refined subsets relating to the maturation/function of the classic subsets. Each flow cytometry panel measures up to eleven (11) immune markers simultaneously and has been performed to date with the LSRII flow cytometer from BD Biosciences. This flow cytometer has five (5) LASERs (red, blue, violet, yellow-green and ultraviolet).


The Contractor shall provide the following product features/characteristics are required for this requirement:


Starter Kit including Calibrite 3 Color Beads Kit 25 Tests IVD, Calibrite APC Beads 25 Tests IVD, DNA QC
Particles (25 Tests), BD FACSDiva CS&T Research Beads Kit 50T, 656744 and 656750 - Sirigen Filter and Mirrors for Violet Laser array.


Laser Control Software allowing adjustment of power settings for the following Coherent lasers in the system (Blue, Red, Violet, Yellow-Green, UV) as well as monitoring key performance parameters of the Coherent lasers.


Digital acquisition system allowing for inter- and intra beam compensation and the ability to threshold on any parameter.


Dichroic mirrors and bandpass filters configured to detect the following scatter parameters, fluorochromes or dyes:
Blue laser
FITC (505LP; 530/30)
PE (550LP; 586/15)
PerCP Cy5.5 (685LP; 695/40)


Red laser
APC (670/30)
Alexa 700 (690LP; 730/45)
APC CY7 (750LP; 780/60)


Violet Laser
Pacific Blue/V450 /BV421 (450/50)
BV510 (495LP; 525/50)
BV605 (595LP; 610/20)
BV650 (635LP; 670/30)
BV711 (690LP; 710/50)
BV786 (750LP; 780/60)


Yellow-Green Laser
PE (586/15)
PE CF594/PE TxRd (595LP; 610/20)
PE Cy5 (635LP; 670/30)
PE CY 7 (750LP; 780/60)


UV Laser
BUV396 (379/28)
BUV737 (690LP; 740/35)
Additional Filter Sets:
DAPI (410LP; 450/50)


Fortessa X20 Z240 Workstation to include:
• OS: Microsoft Windows 7 Professional Edition 32bit OS US
• Processor: Intel Xeon E3-1240v3 3.4 GHz (up to 3.8 GHz) 8MB 80W GT0 4C HT CPU
• RAM: 4GB DDR3-1600 ECC (2x2GB) Unbuffered RAM
• Video card: AMD FirePro V3900 1GB DL-DVI(I) Graphics
• Hard drive 1: HP 500GB SATA 7200 1st HDD (1st slot)
• Hard drive 2: HP 1TB 7200 RPM SATA 2nd HDD (2nd slot)
• DVD drive: 16X SuperMulti DVDRW SATA 1st ODD
• Ethernet Card 1: Integrated Gigabit (10/100/1000) Ethernet
• Ethernet Card 2: Intel Ethernet I210-T1 PCIe NIC
• 19-INCH NEC COLOR LCD Display Monitor (Quantity of 2)


HTS Ready Option


FACSFlow Supply System (FFSS) option


An uninterrupted power supply (UPS)


Delivery address:
National Institutes of Health
National Cancer Institute
Center for Cancer Research, Laboratory of Tumor Immunology and Biology
Bldg 10 Rm 8B14
9000 Rockville Pike
Bethesda, MD 20892-0000


Deliver and install within ninety (90) days of receipt of order.


TRAINING
Training on the complete operation of the specified system shall occur within 120 days of installation, for no less than one (1) user to be identified by the NCI Technical Point of Contact.


PAYMENT
Payment shall be made in arrears after delivery, installation, inspection and acceptance, and successful completion of the required training stated above. Payment authorization requires submission and approval of invoices to the to be determined NCI Technical Point of Contact and the NIH Office of Financial management (OFM), in accordance with the payment provisions in the pending order:

BD Biosciences is the only known manufacturer capable of providing the required scientific equipment including: a) installation; b) technical support and training by the original equipment manufacturer for their equipment, and c) an original equipment manufacturer one (1) year warranty in aggregate. BD Biosciences is the only known manufacturer of a flow cytometer that specifically has five (5) LASERs (red, blue, violet, yellow-green and ultraviolet) that meets all of the stated technical and scientific requirements required by the LTIB to support their on-going research. The proposed equipment would ensure the scientific integrity and continuity of LTIB's on-going experiments and ensure that the system is properly optimized for its assays developed for its current BD Sciences equipment that is at the end of its useful purpose and is no longer available. It is expected that the scientific results that will be generated with the proposed equipment will be completely compatible with those already generated with the current BD Biosciences equipment, therefore allowing for continued comparison of results. In addition, the proposed equipment will allow the LTIB to utilize the reagents and supplies that are currently available in its laboratory without the need for changing them and re-optimizing its experimental systems. Becton Dickinson is the only known manufacturer that can provide the hardware and software to perform these services, and offering the aforementioned combination of features that the LTIB requires.


This notice is not a request for competitive quotation. However, if any interested party, especially small businesses, believes it can meet the above requirement, it may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The statement of capabilities 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 08:00 AM EDT, on Apr. 03, 2017. All responses and questions must be in writing and faxed (240) 276-5401 or emailed to Catherine Muir, Contracting Officer via electronic mail at muirca@mail.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. No collect calls will be accepted. In order to receive an award, Contractors must be registered and have valid, current Entity Record, including current Representations and Certifications, in the System for Award Management (SAM) through SAM.gov. Reference: N02RC72521-76on all correspondence.


 


Catherine Muir, Contracting Officer, Phone (240) 276-5434, Fax (240) 276-5401 , Email muirca@mail.nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP