United States - Requisition for a Sony MA900 Cell Sorter

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
06 May 2019
Opportunity publication date
25 April 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Apr 24, 2019 11:01 am

Title: Requisition for a Sony MA900 Cell Sorter

Document Type: Special Notice
Solicitation Number: 75N91019Q00044
Posted Date: 04/24/2019
Response Date: 05/06/2019
Classification Code: J066 - Maintenance. Repair, Rebuild of Equipment- Instruments and Laboratory Equipment

NAICS Code: 334516 - Analytical Laboratory Instrument Manufacturing
Business Size: 1000 Other Than Small
Contracting Office Address:
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Bethesda, MD 20892, UNITED STATES.
Description:
The Department of Health and Human Services, National Cancer Institute (NCI), Center for Cancer Research (CCR) and the Laboratory of Tumor Immunology and Biology (LTIB) plans to procure on a sole source basis equipment from Sony Biotechnology annual maintenance, support and development upgrades, as described below, from Sony Biotechnology at 1730 North 1st St. 2NW San Jose, CA 95112
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 will be made pursuant to the authority in FAR 13.106-1(b)(1) using simplified acquisition procedures for commercial acquisitions and is exempt from the requirements of FAR Part 6. The North American Industry Classification System code is 334516 and the business size standard is 1,000, Other Than Small.
This will be awarded as a severable firm fixed price type contract. The award will be in the aggregate.
The period of performance will be twelve (12) months from effective date in the award, and four (4) Option Years for maintenance services.
It has been determined there are no opportunities to acquire green products or services for this procurement.
The Department of Health and Human Services, National Institutes of Health, National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Tumor Immunology and Biology (LTIB), requires a Sony MA900 Cell Sorter. The acquisition of the requested instrument is critical not only for advancing the LTIB research mission, as delineated below, but also for furthering specific LTIB research objectives and to facilitate the translation of novel concepts in the field of immunotherapy of cancer into improved treatment approaches in patient clinical trials.
The LTIB research program is dedicated to the development of novel immunotherapies for the treatment of cancer. A major effort of our program is the detailed evaluation of different immunotherapy combination approaches against different cancer types. These studies include the use of preclinical murine models of syngeneic mouse tumors and humanized mouse models (immunosuppressed mice reconstituted with human blood) bearing xenografts of human tumor cell lines or patient-derived xenografts (PDXs), for evaluation of multimodal therapies including vaccines, checkpoints, immunomodulators, and other standard or targeted therapies. The instrument requested, a MA900 Cell Sorter, is critical to these studies by allowing the detailed separation or "sorting" of the multiple and complex cellular components found in tumors, including the isolation of tumor cells with various phenotypes, stromal cells, tumor associated fibroblasts, endothelial cells, and more importantly, multiple subpopulations of infiltrating immune cells. The MA900 Cell Sorter is expected to allow the separation of subpopulations of T cells based on lineage markers as well as markers of activation, memory, exhaustion, etc., subpopulations of innate NK cells and myeloid cells, including myeloid suppressor cells (MDSCs), macrophages, neutrophils. Once the various components of the tumor have been sorted, each fraction will be further studied at the RNA level via RNAseq, Nanostring analysis, single cell RNAseq, to identify potential mechanisms of tumor response vs. resistance to therapies. Another critical role of the requested Cell Sorter in our studies will be to assist on the characterization of immune responses in the blood of patients undergoing various immunotherapies in clinical trials conducted at the NIH Clinical Center. It is the Laboratory of Tumor Immunology and Biology (LTIB) plan to isolate immune subpopulations of interest to further evaluate their RNA, DNA, protein and metabolic profiles for better understanding of their potential role in association with clinical outcome.
SPECIAL ORDER REQUIREMENTS
PRODUCT FEATURES/SALIENT CHARACTERISTICS
The following product features/characteristics are required for this equipment:
• The system shall be equipped with 2 lasers (488 nm and 405 nm lasers)
• The system shall include 12 PMTs (photo multiplying tubes) for detection of FITC, PE, PETR, PerCP-Cy5.5, PE-Cy7, BV421, BV510, BV570, BV605, BV650, BV711 and BV785 fluorescence.
• The instrument shall support a wide variety of sample delivery formats, including 0.5 mL, 1.5 mL, 5 mL and 15 mL tubes.
• The system shall allow the sample chamber to be cooled to 5°C, left at ambient temperature, or heated to 37°C by an integrated thermoelectric system, with periodic automated sample mixing.
• The instrument shall support 4-way sorting into tubes and should also be equipped with a 96/384-well plate deposition system for sorting of single cells.
• The system shall use a disposable microfluidic flow cell and sorting nozzle (sorting chip)
• Multiple nozzle sizes: 70 μm, 100 μm, and 130 μm should be available for optimization to different cell types and sizes.
• The system shall support a completely replaceable sample delivery path, with disposable sample probe, sample line, and sorting chip which are also available as sterile single-use items.
• The instrument shall have an integrated aerosol management system (AMS) to actively evacuate aerosols from the sort collection chamber, providing sample and personnel protection. The cabinet shall allow for airtight pass-through connections for the compressed air line, sheath fluid line, and sensors/cables.
• The instrument shall be equipped with an air compressor, and a fluidics system that uses sensors to monitor the level of sheath fluid, waste fluid, water, bleach.
• The system shall include a computer workstation and software
PREVENTIVE MAINTENANCE
The Contractor shall perform one (1) planned preventive maintenance per twelve (12) month contract period, per published manufacturer maintenance guidelines. Technically qualified factory-trained personnel shall perform Service. Service shall consist of a thorough cleaning, calibration, adjusting, inspection, and testing of all equipment in accordance with the manufacturer's latest established service procedures. All equipment shall be operationally tested through at least one (1) complete operating cycle at the end of the preventive maintenance inspection to assure optimum and efficient performance.
EMERGENCY SERVICE
On-site, emergency repair service shall be provided during the term of this contract at no additional cost to the government. Emergency service shall be provided during "working hours" defined as 8:30 am through 5:00 pm, local time, Monday through Friday excluding Federal Holidays. Upon receipt of notice that any part of the equipment is not functioning properly, the Contractor shall respond by phone within one (1) hour, and provide within four (4) hours an on-site response with a qualified factory-trained service representative to inspect the equipment and perform all repairs and adjustments necessary to restore the equipment to normal and efficient operating condition. Emergency service calls shall not replace the necessity for planned preventative maintenance. All labor and travel will be included.
REPLACEMENT PARTS
The Contractor shall furnish all required replacement parts at no additional cost to the Government, with the exception of consumables (sorting chips, cleaning chips, sample lines, and sheath fluid filters). Parts shall be new to original equipment specifications.
SOFTWARE UPDATES/SERVICE
The Contractor shall provide Software Service and updates/upgrades in accordance with the manufacturer's latest established service procedures, to include telephone access to technical support for use of program software and trouble shooting of the operating systems, at no additional cost to the Government. The contractor shall receive advance approval for the installation of all software updates and revisions from the Government. Updates/Upgrades may be performed remotely if applicable. Defective software shall be replaced at no additional cost to the government.
SUPPORT
The Contractor shall provide unlimited technical telephone support (24hrs/day, 7 days/week) for all trouble-shooting and clinical application support.
The Contractor shall have the capability to provide remote system support through a direct internet connection to the device.
All support shall be provided by certified factory-trained personnel.
SERVICE EXCLUSIONS
The Contractor shall not be responsible for any repairs necessitated by abuse, neglect, vandalism, Acts of God, fire or water. These repairs shall be the subject of a separate purchase order and shall not be performed under this contract.

PERSONNEL QUALIFICATIONS
Technically qualified factory-trained personnel shall perform service to Sony MA900 Cell Sorter system as covered by this contract. All primary service personnel shall have at least one backup support person with at least the same level of expertise on the equipment covered by this contract.
TRAINING
The quote shall include on-site training for up to 4 users. Quote shall be inclusive of any training materials and/or travel expenses.
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 the NCI to determine if the party can perform the requirement. Responses must be received in the contracting office by 3:00PM EDT, on May 6, 2019. All responses and questions must be in writing and sent to William Neal, Contracting Officer via electronic mail at william.neal@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: 75N91019Q00044 on all correspondence.

Opportunity closing date
06 May 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Health and Human Services National Cancer Institute, Office of Acquisitions - Shady Grove United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?