Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

Mobile Flow Cytometer

Solicitation Number: FDA-SOL-09-00069
Agency: Department of Health and Human Services
Office: Food and Drug Administration
Location: Office of Field Finance & Acquisition Services
  • Print
:
FDA-SOL-09-00069
:
Award
:
February 9, 2009
:
HHSF222200960025P
:
$118,671.56
:
Litmus Rapid-B
:
9601 Katy Fwy Ste 300
Houston, Texas 77024
United States
:
Added: Jan 26, 2009 10:25 am
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This requirement is being issued in conjunction with FAR 13 Simplified Acquisition Procedures, as applicable. The solicitation number is FDA-SOL-09-00069. This solicitation is issued as a Request for Quotes (RFQ) and is set-aside for small business concerns.



The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-29.



The associated North American Industry Classification System (NAICS) Code is-334516- Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees.



The Food and Drug Administration, National Center for Toxicological Research is soliciting for a flow cytometer system. The flow cytometer will be used for food analysis QA/QC purposes. The unit should be mobile and less than 75 pounds to fit into the FDA mobile labs. Performance criteria for the flow cytometer system shall meet the following requirements:



1. 3 color channels FL1, FL2 and FL3 (PMT type detectors).

2. 2 light scatter channels (PMT type detectors).

3. 200nm baseline resolution on light scatter (forward and side scatter).

4. Deionized water capable sheath system.

5. Positive displacement (syringe type) sample injection system.

6. Enclosed sample detection architecture.

7. Solid state 20mw 488nm blue laser.





Scheduled items include:



1. Flow Cytometer system - includes software, workstation computer, 1 each installation and training.



Reagents consumables

2. Pathogen Specific (PS) kits-test reagents for training, 50 each

3. TPC kits-test reagents for training, 50 each

4. EC0157-pathogen/matrix combo test, 500 each

5. Salmonella-pathogen/matrix combo Salmonella tests 500 each

6. TPC Comparative assays, 250 each



Contract Type: Commercial Item-Firm Fixed Price. Simplified acquisition procedures will be utilized.



FOB Point destination. To be delivered 60 days or less after receipt of order (ARO). Point of Delivery for Services and Supplies will be the FDA/NCTR located at 3900 NCTR Road, Jefferson, AR 72079-9502. Payment terms net 30 days.



Standard commercial warranty is required.



The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None



The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows:



The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:



(i) Technical capability of the items offered to meet the Government’s requirement.

(ii) Past Performance

(iii) Price.



Technical and past performance, when combined, are equal when compared to price.



Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement.



Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the items to meet technical specifications as advertised by the offeror, past record of meeting delivery schedules and service/maintenance reputation.



The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the product and/or service meets the technical requirements. Offerors shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The government reserves the right to make an award without discussions.



The Government reserves the right to obtain information for use in the evaluation from any and all sources including sources outside of the Government.



The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. Offerors can complete the certifications via the ORCA website at http://orca.bpn.gov. Offerors that have not completed the certifications online shall complete and return a copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act-Supplies," the offeror shall so state and shall list the country of origin.



The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following addenda have been attached to the clause.



The supplies and/or services delivered hereunder shall be inspected and accepted at destination by the contracting officer’s representative (COR) specified at award. If the supplies or services are acceptable, the COR shall promptly forward a report of inspection and acceptance to the paying office. If the supplies or services are not acceptable, the COR shall document the nonconforming items/services and immediately notify the contracting officer.



The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6 Alt I, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.223-15, 52.223-16, 52.225-1, 52.225-13, and 52.232-33. The following additional provisions and/or clauses apply: 52.204-7 and

52.211-6. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov/far/.



CCR Requirement - Company must be registered in the Central Contractor Registration (CCR) system before an award could be made to them. If company is not registered in CCR, they may do so by going to the CCR web site at http://www.ccr.gov.



The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice.



It is the offeror's responsibility to monitor the internet site for the release of an amendment to the combined synopsis/solicitation (if any).



Offerors that fail to furnish the required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration.



All responsible sources may submit an offer, which if timely received, shall be considered. The offer must reference solicitation number FDA-SOL-09-00069. The Offers are due in person, by postal mail, fax or email to the point of contact listed below on or before February 6, 2009 by 13:00 hours (Central Standard Time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OSS/OFFAS, Attn: Nick Sartain, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502.



For information regarding this solicitation, please contact Nick Sartain at (870) 543-7370, FAX (870) 543-7990 or email nick.sartain@fda.hhs.gov.

Added: Jan 30, 2009 12:59 pm

Questions and answers.


 1. How many of these units does the FDA plan on purchasing?


 Response-The current solicitation as is calls for the purchase of one unit.

2. Will they (it) be positioned only in the Arkansas lab, around the USA or outside of our country?


Response- Around the USA.


3. When does the RFQ period close?


 Response- The RFQ closes on 2/6/09 at 1pm central time.

Added: Feb 10, 2009 11:03 am
No additional information.
:
HFT-320
3900 NCTR Road
Jefferson, Arkansas 72079-9502
:
3900 NCTR Dr
Jefferson, Arkansas 72079
United States
:
Nicholas E Sartain,
Contract Specialist
Phone: 870-543-7370