66--BS FACSAria Fusion or equal

expired opportunity(Expired)
From: Federal Government(Federal)
VA24017Q0131

Basic Details

started - 25 Apr, 2017 (about 7 years ago)

Start Date

25 Apr, 2017 (about 7 years ago)
due - 28 Apr, 2017 (about 7 years ago)

Due Date

28 Apr, 2017 (about 7 years ago)
Bid Notification

Type

Bid Notification
VA24017Q0131

Identifier

VA24017Q0131
Department of Veterans Affairs

Customer / Agency

Department of Veterans Affairs

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Added:
Apr 20, 2017 11:11 am This is a SOURCES SOUGHT NOTICE of a proposed requirement to award one (1) Becton, Dickinson & Co FACSAria Fusion flow cytometer or a system equal to or better than the salient characteristics. This notice is issued solely for informational and planning purposes and no offers will be accepted. This action also requires warranties, shipping, and installation.


Salient Characteristics
Fusion Cell Sorting Flow Cytometer


Flow Cytometer Specifications:

#
Item/Stock#
Description
Est. Qty.
Unit
1
656700-23
Becton, Dickinson & Co FACSAria Fusion Fusion 3B/2R/3V/4YG ACDU (or equal)
1
EA
2
659718
FACSAria Z230TWR WORKSTATION
BUNDLE (or equal)
1
EA
3

19 inch computer monitor


4
657590
Biological Safety Hood in accordance with specs.
1
EA
5
643154
Aria II Temperature Control Option 115V. (or equal)
1
EA
6
340345
BD FACS clean solution 5 Lt (or equal)
1
EA
7
345249
Accudrop Fluorescent Beads 25 Tests (or equal)
1
EA
8
340486
Calibrite 3 Color Beads Kit 25 Tests IVD (or equal)
1
EA
9
340487
Calibrite APC Beads 25 Tests IVD (or equal)
1
EA
10
556291
Rainbow Flrs Prtcl Bright 3.0-3.4um 5mL (or equal)
1
EA
11
655050
BD FACSDiva CS&T Research Beads Kit
50T (or equal)
1
EA
12
99-30211-00
BD FACSflow Sheath Fluid 20L (or equal)
1
EA
13
337667
Operator Training Course BD FACSAria to include trainer travel. (or equal)
1
EA
14
657890
Ups/Line Cond 100-120VAC/60Hz (or equal)
1
EA
15

Installation
1
EA

Freight shall be included in the overall price.

5. Additional specifications: The proposed system shall have as a minimum:

High Quality Biosafety Hood - Minimum Class II Type A2 NSF/ANSI International Standard 49- 2012.
Flow cytometer with Cell sorting capability with integrated fluidic and optical alignment systems to maximize signal detection.
The ability to sort cells on individual as well as bulk samples.
The system shall have the ability to process with intracellular and nuclear markers.
The system shall have high speed sorting to allow a minimum of 4 cells to be isolated simultaneously.
The system shall have the ability to distinguish multiple cell populations within tissues such as the brain neurons, microglia, and astrocytes, or multiple cellular phenotypes of lymphocytes or macrophages within tumors.
The system shall have the capability of a cell sorting flow cytometer with the ability to select unique cell populations out of mixed cell culture, tissue, or blood samples that can be used for analysis of mRNA expression or protein levels in specific cell populations using real-time polymerase chain reaction or western blot analysis, respectively.
The system shall have a fixed alignment to enable software use and system optimization.
The proposed system shall have the same or better light collection sensitivity as the FACSAria Fusion.
The system shall have the ability to automatically monitor and adjust the drop break-off.
The system shall have a nozzle obstruction detection system and protocols to alleviate damage to system and samples.
The system shall have emergency stop hardware button/switch instead of software based.
The proposed system shall offer auto calculation of the drop delay of the cellular suspension.
The proposed system shall support nozzle-specific sort setup that automatically matches pressure settings, drop drive frequency, amplitude and laser delays to the nozzle size in use.Â
The proposed system shall have a dedicated ethanol shutdown tank enabling users to shut down the system in ethanol in order to keep the lines aseptic until the system s next use.
The proposed system shall have a temperature control option.
The proposed system shall maintain high efficiency particulate air filters (HEPA) to remove potential microorganisms and airborne particulates from the air (minimum of 99.97% of thermally generated smoke particles or equivalent with a diameter of 0.3 m).
Software: The proposed system shall have software that allows automation of tracking instrumentation performance and monitors signal to noise ratio, minimal noise levels for all parameters and calculated the Q value for each detector enabling optimal multicolor panel designs.


The Veteran s Health Administration Service Area Office - East estimates a posting date of solicitation VA240-17-Q-0131 on April 24, 2017 and distributed solely through the Federal Business Opportunities (FBO) Website (www.fedbizopps.gov). This notice does not constitute a Request for Proposal (RFP) and should not be construed to as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any costs incurred by interested parties will NOT be reimbursed. It is the responsibility of any interested party to monitor this site for additional information pertaining to this notice.
The agency is contemplating single award of a firm fixed price (FFP) contract to the contractor whose submission represents best value to the Government. The intention of this notice is to seek sources that could potentially provide these items under a Service Disabled Veteran Owned Small Business Set-aside, or a Veteran Owned Small Business Set-Aside. Firms with interest and capability to respond to this requirement should develop short (1 page or less) narrative capability statement including relevant information indicating and evidencing capability to successfully meet the aforementioned requirements. Responding to this not does not guarantee any opportunity for the contract, and is only used for VA planning purposes. Capability responses will be accepted until 10:00 AM (est) on April 24, 2017.

The North American Industry Classification System code is 334510 electromedical and Electrotherapeutic Apparatus Manufacturing. Interested parties shall be registered in the System for Award Management at (www.sam.gov).

Contracting Office Address:
323 North Shore Dr.
Pittsburgh PA, 15212
United States

Primary Point of Contact:
Michael Haydo
Contracting Officer
Email: michael.haydo@va.gov
Phone: 412-822-3158

US Department of Veterans Affairs;Veterans Health Administration;Service Area Office (SAO) East;323 North Shore Drive, Suite 500;Pittsburgh PA 15212-5319Location

Place Of Performance : US Department of Veterans Affairs;Veterans Health Administration;Service Area Office (SAO) East;323 North Shore Drive, Suite 500;Pittsburgh PA 15212-5319

Country : United States

Classification

334 -- Computer and Electronic Product Manufacturing/334510 -- Electromedical and Electrotherapeutic Apparatus Manufacturing