BD Biosciences BD FACSLyric™ 3L10C Lease, Consumables and Service
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Updated)
- Updated Published Date: Oct 02, 2024 02:46 pm EDT
- Original Published Date: Oct 02, 2024 11:42 am EDT
- Updated Response Date: Oct 17, 2024 12:00 pm EDT
- Original Response Date: Oct 17, 2024 12:00 pm EDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date: Nov 01, 2024
- Original Inactive Date: Nov 01, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
- NAICS Code:
- 334516 - Analytical Laboratory Instrument Manufacturing
- Place of Performance: Bethesda , MD 20892USA
Description
This is a Notice of Intent, not a request for a quotation. A solicitation document will not be issued and quotations will not be requested.
The National Institute of Health, Clinical Center (CC) intends to award an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to BD Biosciences, San Diego, CA 92121 on a sole source basis for continued the lease of the existing BD FACS™ Loader for Canto II, Serial No. F34206560003, and adding the following three instruments to the system: quantity 1- FACSLyric™ 3L10C Instrument, quantity 1-FACSLyric™ Universal Auto Loader US-IVD, and quantity 1-FACSDuet™ Premium Sample Preps instrumentation package inclusive of the supply of proprietary reagents, consumables, tests, and preventative and corrective maintenance service.
The comprehensive system of the instrument, reagents, and service are necessary to produce complete testing results and are not sold in the U.S. by any distributors or other third parties, without the “PROPRIETARY” reagents patients in the Clinical Center cannot receive the cell therapy necessary for their treatment per protocols at NIH. Since the supplies are proprietary, there is only one supplier whose products can fit into the instrumentation; any other supply or service could cause the cancellation of the protocol/delays in completion of the protocol. Any deviation from the protocol must be reported to the Food and Drug Administration (FDA) for non-compliance. The Department of Laboratory Medicine (DLM) will telephone or e-mail request for reagents and supplies on a needed basis. The Period of Performance shall be for a base year of twelve (12) months from date of award with four (4) one (1) year option periods.
The equipment and supply lists including quantities are attached to this notice and titled: Attachment 1 - List of Equipment and Attachment 2 - List of Supplies. The exact quantity of supplies cannot be estimated at the time of award, therefore an IDIQ contract type is most advantageous for this requirement.
This acquisition is being conducted using policies unique to the Federal Acquisition Regulation 13.501 Special documentation requirements for sole source acquisitions exceeding the Simplified Acquisition Threshold. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements.
The North American Industry Classification System (NAICS) code for this acquisition is 334516-Analytical Laboratory Instrument Manufacturing6 with a large small business standard size of 1,000 employees.
Interested concerns capable of providing the same or similar products or services as described in this notice may submit a capability statement outlining their capabilities.
**** Capability Statements must be received within the time set forth in this synopsis to be considered by the Government. A determination to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. ****
Each response should include the following Business Information:
a. SAM UIE.
b. Company Name, address, POC, Phone and Email address
c. Current GSA Schedules or NAICS codes appropriate to this Award.
d. Socioeconomic Status: (i.e., small business, 8(a), woman owned, hubZone, veteran owned, etc.) as validated in System for Award Management (SAM). All offerors must register on the SAM located at http://www.sam.gov/portal/SAM/#1
e. Capability Statement
Comments to this announcement should be submitted to the Clinical Center, Office of Purchasing and Contracts, prior to the closing date specified in this announcement, electronically to the attention of Kimala Winfield, kimala.winfield@nih.gov or Malinda Dehner, dehnerm@cc.nih.gov by the due date and time marked in this notice.
Attachments/Links
Contact Information
Contracting Office Address
- 6707 DEMOCRACY BLVD, SUITE 106
- BETHESDA , MD 20892
- USA
Primary Point of Contact
- Kimala Winfield
- kimala.winfield@nih.gov
- Phone Number 3014967015
Secondary Point of Contact
- Malinda Dehner
- dehnerm@cc.nih.gov
- Phone Number 3015946320
History
- Nov 01, 2024 11:55 pm EDTPresolicitation (Updated)
- Oct 02, 2024 11:42 am EDTPresolicitation (Original)