Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

BD Biosciences instruments, preventive maintenance, and reagents.

Process Number 75N91022R00002

USA

Dates:


Notice ID:

75N91022R00002

Department/Ind. Agency:

HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Sub-tier:

HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Sub Command:

NIH NCI

Office:

NIH NCI

General Information:


All Dates/Times are:

(utc-05:00) eastern standard time, new york, usa

Updated Published Date:

(utc-05:00) eastern standard time, new york, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

dec 10, 2021 12:00 pm est

Inactive Policy:

15 days after response date

Original Inactive Date:

dec 25, 2021

Initiative:
  • None***--***

Classification:


Product Service Code:

6505 - drugs and biologicals

NAICS Code:

325414 - biological product (except diagnostic) manufacturing

Description:


Original Set Aside:

National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Pathology (LP) plans to procure equipment, preventive maintenance, and consumable products, on a sole source basis, from Becton, Dickinson, and Company, BD Biosciences Business Unit, of One Becton Drive Franklin Lakes, NJ 07417. This acquisition will be processed in accordance with simplified acquisition procedures as stated in FAR Part 13.501(a)2(i) and is exempt from the requirements of FAR Part 6. The North American Industry Classification System code is 325414 and the business size standard is 1,250 employees. Only one award will be made as a result of this solicitation. An indefinite delivery, indefinite quantity type contract with a 36-month period of performance is anticipated. It has been determined there are no opportunities to acquire green products or services for this procurement. Flow Cytometric immunophenotyping is standard medical care for patients with hematolymphoid malignancies and therefore a necessary clinical service for NCI patients. The Laboratory of Pathology (LP) Flow Cytometry Laboratory is the only NIH laboratory providing standard diagnostic flow cytometric evaluation of minimal residual disease in neoplastic specimens. In addition, the LP Flow Cytometry Laboratory provides unique and highly complex flow cytometric testing mandated on numerous NCI protocols and unavailable at any commercial laboratory or any single academic pathology laboratory. The LP Flow Cytometry Laboratory has a very high specimen volume-to-resources ratio and care must currently be taken to accommodate a maximum number of daily specimens. Testing demand can exceed lab resources on occasion and patient specimens above the maximum may be refused to avoid increased error rates. BD Biosciences Lyse/Wash Assistants (LWAs) can support a higher maximum number of specimens by processing specimens independently, allowing the lab to perform additional testing. New protocols in Flow Cytometry immunophenotyping require the lab to meet the increasing demand for flow cytometric testing. Use of BD Biosciences LWAs, preventive maintenance for Government-owned BD Biosciences instruments, and BD Biosciences supporting equipment product supply are required to meet this demand. The purpose of this acquisition is to provide use of BD-owned equipment including warranty, preventive maintenance for Government-owned equipment, and supporting equipment product supply to the Laboratory of Pathology / Flow Cytometry Laboratory by BD Biosciences. The BD-owned equipment (FACS Lyse Wash Assistants) is a commercial item capable of preparing clinical protocol specimens for analysis with proprietary features to insure consistency of cell yield with minimal loss. The performance characteristics and standards have been established and proven to be beneficial to the Government’s need for consistency and quality. The supporting equipment product supply (antibodies, quality control material and instrument reagents) have been in use with ongoing clinical protocol research and must continue to be utilized to prevent variation in research findings. The supply of commercial antibodies, quality control material and instrument reagents are specific for use with the BD Bioscience instrument and are critical components for providing the Government with continued analysis of ongoing clinical research protocol specimens for Research & Development (R&D) in the Laboratory of Pathology. Compatibility requirements with existing systems include BD FACSCanto II Flow Cytometer and FACS Supply System. Compatibility of continued reagent instrumentation with existing BD FACSCantoII Flow Cytometers has been evaluated and qualified for testing the Flow Cytomerter Laboratory’s many clinical trial research protocols. Any change in instrumentation or reagents would require evaluation of new testing methods for the entire antibody inventory against the manufacturer's specifications incurring interruption of patient care, staff retraining and SOP creation for approval without a guarantee of reproducible results critical to ongoing clinical protocols. Use of new or alternate equipment, supplies or maintenance service from other sources will delay patient testing and impact research result outcome. This notice is not a request for competitive quotation. However, if any interested party, especially small business believes it can meet the above requirement, it may submit a proposal or quote for the Government to consider. The response and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement. Responses must be received in the contracting office by 12:00 PM ET, on December 10, 2021. All responses and questions must be via email to Miguel Diaz, Contracting Officer at miguel.diaz@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. In order to receive an award, contractors must be registered and have valid certification through SAM.GOV and have Representations and Certifications filled out. Reference: 75N91022R00002 on all correspondence.

Attachments / Links:


Document Size Updated date Download

Contact Information:


OFFICE OF ACQUISITIONS 6011 EXECUTIVE BLVD.SUITE 501

ROCKVILLE , MD 20852

USA

Primary Point of Contacts:

Miguel Diaz