Luna-FX7 Automated Cell Counter

expired opportunity(Expired)
From: Federal Government(Federal)
RFQ-NIAID-2134180

Basic Details

started - 27 Jul, 2022 (21 months ago)

Start Date

27 Jul, 2022 (21 months ago)
due - 11 Aug, 2022 (20 months ago)

Due Date

11 Aug, 2022 (20 months ago)
Bid Notification

Type

Bid Notification
RFQ-NIAID-2134180

Identifier

RFQ-NIAID-2134180
HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Customer / Agency

HEALTH AND HUMAN SERVICES, DEPARTMENT OF (26888)NATIONAL INSTITUTES OF HEALTH (10877)NATIONAL INSTITUTES OF HEALTH NIAID (1807)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

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.

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-2134180 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) 2022-06, May 26, 2022.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 with a brand name or equal restriction, and with a small business set-aside.The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for the following Brand Name or Equal Supplies:The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for the brand name product manufactured by Logos Biosystems, Inc.LUNA-FX7Automated Cell Counter (L70001), Cat# 220503RZ02, Basic Package-Qty 1Shipping if applicable (FOB Destination)If offering an equal product, Country of Origin, place of manufactured products, must be provided with quote.If quoting an equal product, you must show how the quoted equipment meets these qualifications:  The Calciviruses Section of the Laboratory of Infectious Diseases require the Luna FX-7 automated cell counter that is capable of RNA sequencing and compatible with 10X Genomics instrumentation; and that has the ability to size cells (ruling out clumps) and detect cells expressing fluorescent markers.  The lab is seeking a automated cell that that requires only 1% of volume to measure the cell culture concentration.  In addition, the lab is requires the LUNA-FX7 system because comes with a screen already coupled to the lab’s computer system, which eliminates the need for additional computer systems.  The LUNA FX-7 systems measurements fit in the limited space in the lab, saving valuable lab space.Instrument Requirements:Must be compatible with 10X Genomics instrumentsMust be a versatile cell counter that serves a variety of applicationsMust be able to perform single-cell RNA sequencingCell types must include Cell lines, Primary cells, Whole blood, PBMCs, Splenocyte, Thymocyte, and Yeast cellsDetection method must be dual fluorescence BrightfieldCompatible Dyes must include Trypan blue, Erythrosin B, Acridine orange, Propidium iodide, and Fluorescein diacetateMust have slide options including PhotonSlides, LUNA™ 1-Channel Slide, LUNA™ 3-Channel Slide, and LUNA™ 8-Channel SlideMust include Autofocus and Manual focusCounting Volume/Chamber must be 0.5 - 5.1 µL by slide typesCounting Speed must be < 10 s (brightfield, without autofocus, 12 images), < 20 s (brightfield, with autofocus, 12 images), < 30 s (fluorescence, without autofocus, 12 images), and < 40 s (fluorescence, with autofocus, autofocus, 12 images)Adjustable Protocol Parameters must include Search size / Cell size, Cell detection sensitivity, Live cell sensitivity, Noise reduction, Fluorescence exposure, Fluorescence threshold, and Dilution factorMust feature Cell size gating, Cluster map, Dilution calculator, Review previous count results, Bioprocess, Quality control, Reanalysis, and Auto exposureMust have IQOQ ProtocolMust include be 21 CFR Part 11 ready and have CountWire softwareMust include options for Cell count and viability data (CSV), Raw image (TIF), Analyzed image (annotated TIF), Full report (PDF), Bioprocess (Onboard, CSV, PNG graph images), Quality Control (Onboard, CSV, PNG graph images)Must be able to transfer data using USB memory stick, WiFi, EthernetMust have technical specifications for 7” TFT LCD screen, 1024 X 600 pixels, Built-in computer, and External printer (optional)Onboard storage must be 250GB / 1TBDimensions must be 9.6 x 11.0 x 9.4 in and weight not greater than 4 lbsPlace of Performance: NIH, 50 South Drive, Bethesda, MD 20852, United States.  FOB: DestinationThe 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 following:  Technical capability to meet the functional requirements, delivery date, and price.The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (NOV 2021)FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (MAY 2022)FAR 52.204-7 System for Award Management (OCT 2018)(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. (Nov 2015) is updated in your SAM record)FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements – Representation (JAN 2017)52.204–26 Covered Telecommunications Equipment or Services-Representation(OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26The following FAR contract clauses apply to this acquisition:FAR 52-212-4 Contract Terms and Conditions Commercial Items (NOV 2021)FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAY 2022)*The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting.FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021)FAR 52.204-13 System for Award Management Maintenance (OCT 2018)FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (DEC 2015)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.(End of provision)52.252-2 - Clauses Incorporated by Reference. (FEB 1998)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.htmBy 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 no later than August 11, 2022 @ 2:00 Eastern Time.Offers may be e-mailed to Rita Davis (E-Mail rita.davis @nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-2134180). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f)All responsible sources may submit an offer that will be considered by this Agency. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Rita Davis at rita.davis@nih.gov.

Bethesda ,
 MD  20892  USALocation

Place Of Performance : N/A

Country : United StatesState : MarylandCity : Bethesda

You may also like

AUTOMATED LOGIC

Due: 28 Apr, 2024 (in 3 days)Agency: Military and Veterans' Affairs

Automated Liquid Handlers

Due: 08 May, 2024 (in 13 days)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

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

Classification

naicsCode 334516Analytical Laboratory Instrument Manufacturing
pscCode 6640Laboratory Equipment and Supplies