BD Biosciences FACSymphony A3 Cell Analyzer for the Critical Care Medicine Department (CCMD)
ID: 24-009625Type: Presolicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNATIONAL INSTITUTES OF HEALTH - CCBETHESDA, MD, 20892, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
    Description

    Presolicitation HEALTH AND HUMAN SERVICES, DEPARTMENT OF is planning to procure a BD Biosciences FACSymphony A3 Cell Analyzer for the Critical Care Medicine Department (CCMD). The analyzer is used for analyzing cells and is intended to replace the current FACS Fortessa cell analyzer manufactured by BD Biosciences. The BD FACS Symphony A3 cell analyzer must have various capabilities including up to 5 lasers, 30 parameters with 28 colors, state-of-the-art fiber optics, air-cooled lasers, and easily replaceable optical filters and mirrors. It should also have sensitivity and software features for performing real-time statistics and quality control. The analyzer must be capable of analyzing at least 30 logical gates and have low noise digital acquisition electronics. It should also be able to sample from a 96 well microtiter plates with the High Throughput Sampler. BD Biosciences is the sole manufacturer of the BD FACSymphony A3 Cell Analyzer and provides the necessary maintenance support and services. This acquisition is being conducted as a sole source procurement. Interested parties capable of providing similar products or services may submit a capability statement. The closing date for capability statements is July 30, 6:30AM EST.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits
    Active
    Health And Human Services, Department Of
    Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits The Department of Health and Human Services, Department of, National Institutes of Health, is planning to procure BD Rhapsody Single-Cell Analysis Reagent Kits. These kits are used for the manufacture of human cells and tissue-based products utilized in phase I/II clinical protocols for transplantation, adoptive immunotherapy, and gene therapy conducted in the Clinical Center at the NIH. The procurement includes a standing order for multi-type sequencing kits and reagents with a short shelf life. The contractor will be responsible for shipping the sufficient reagents and kits following the scheduled delivery dates. The shelf life of the sequencing reagents should be at least 3 months, and the shelf life of library generation kits should be at least 6 months. The contractor is also required to provide technical support for all kits and reagents at no additional cost. The period of performance for this procurement is from 5/1/2024 to 8/30/2024. The delivery schedule is overnight delivery Monday through Thursday to the Center for Cellular Engineering (CCE) at NIH/CC in Bethesda, MD. The vendor will be responsible for ensuring the safe transport of cryopreserved patient cells and maintaining the temperature and other parameters during the shipment of reagents and kits. The contractor will be paid per product delivered and is required to provide hard copies of proofs of each product delivered. Interested parties can submit their capabilities to the Office of Purchasing and Contracts by May 1st, 9:00 AM EST. Please note that this is not a request for proposal.
    NOTICE OF INTENT TO SOLE SOURCE
    Active
    Dept Of Defense
    The Department of Defense, specifically the 341st Contracting Squadron at Malmstrom Air Force Base in Montana, intends to award a sole-source contract to Ortho Clinical Diagnostics. The contract relates to the maintenance and support of the Chemistry Analyzer machine used by the 341st Medical Group. Ortho Clinical Diagnostics is the original equipment manufacturer and the only source capable of providing the required services, as patented technologies and access requirements make competition difficult. The contract includes preventive maintenance, administrative support, and the supply of reagents, controls, and calibrators, along with the transfer of ownership of the current chemistry analyzer. The period of performance spans five years, with a base period of one year and three optional one-year extensions. This notice is not a request for competitive offers, but all responsible parties may submit a quote or capability statement. The government will consider any responses received by the deadline, which is 9 August 2024 at 2:00 PM MST. For more information, contact Karen Broughton, Contract Specialist, at karen.broughton@us.af.mil.
    Notice of Intent to Limiting sources for Preventative Maintenance and Qualification Service) for Thermo Q-Exactive Mass Spectrometer
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Food and Drug Administration (FDA), intends to award a contract for preventative maintenance and qualification services for the Thermo Q-Exactive Mass Spectrometer System exclusively to Thermo Electron North America LLC. This procurement is necessitated by the highly specialized nature of the services required, which can only be provided by the original equipment manufacturer (OEM), Thermo Electron, due to their unique capability to supply validated OEM parts and trained technicians. The maintenance and qualification services are critical for ensuring the system's compliance with ISO/IEC 17025 accreditation standards. Interested parties may submit capability statements by 3:00 p.m. EST on September 10, 2024, to Elena Tatarov at elena.tatarov@fda.hhs.gov, with an anticipated award decision expected within fifteen days following the closing date. The procurement falls under NAICS Code 541990, which encompasses all other professional, scientific, and technical services.
    Next-Generation Sequencing (NGS) Liquid Handling Systems – Brand Name or Equal
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking quotes for two Next-Generation Sequencing (NGS) Liquid Handling Systems to enhance research capabilities at its Bethesda, Maryland campus. These systems are essential for high-throughput processing in infectious disease research, particularly for single cell-based antibody discovery and RNA/DNA processing, which are critical for pandemic preparedness. Interested vendors must submit their quotes by 12:00 pm EST on September 26, 2024, including detailed specifications and compliance with federal regulations, to Daveta H. Brown at daveta.brown@nih.gov.
    Downstream Development Biolayer Interferometer Instrument: GatorPivot 16 Channel and Gator Pro 32 Channel Systems- Brand Name or Equal
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking quotes for the procurement of two Biolayer Interferometer Instruments, namely the GatorPivot 16 Channel and Gator Pro 32 Channel systems, to support monoclonal antibody and vaccine development projects. The instruments are critical for high-throughput quantification of proteins and protein epitopes, essential for vaccine efficacy and regulatory approval processes. Interested vendors must submit their quotes by September 13, 2024, with the expectation of delivery within 90 days post-award, and are encouraged to demonstrate their capability to meet the specified technical requirements. For inquiries, vendors can contact Hershea Vance at hershea.vance@nih.gov or Linda Smith at linda.smith2@nih.gov.
    J065--Intent to Sole Source Notice - Roche Analyzer Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 2, intends to award a sole source contract to Roche Diagnostic Corp for maintenance services on Roche Cobas X 480 and Z 480 analyzers at the Brooklyn VA Medical Center. The contract will encompass full service and preventive maintenance, which includes labor, tools, transportation, and necessary parts (excluding non-vendor parts), ensuring that the equipment is maintained according to manufacturer specifications. This procurement is critical for maintaining operational standards at the medical facility, and the contract will consist of a one-year base period with four optional renewal years, authorized under FAR 6.302-1 for non-competitive procurement. Interested parties must express their interest and capability by September 11, 2024, via email to Contracting Officer Andres Cepeda at andres.cepeda@va.gov.
    6550--FLOW CYTOMETRY REAGENTS AND SUPPLIES BASE PLUS FOUR
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a Blanket Purchase Agreement (BPA) for Flow Cytometry Reagents and Supplies, specifically under solicitation number 36C26225Q0021. This procurement aims to enhance patient care for veterans by acquiring essential testing reagents and supplies, with a focus on compliance with FDA standards and compatibility with existing BD FACS Lyric systems. The BPA will cover a base year plus four optional one-year extensions, with an implementation date targeted for October 1, 2024. Interested vendors must submit their proposals by September 12, 2024, at 12 PM Pacific Time, and can contact Contract Specialist Rebecca Gaba at Rebecca.Gaba@va.gov for further information.
    6515--ProBalance 360
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, intends to award a Sole Source contract to Cell Microsystems for the annual maintenance of the BioFlux Shear Flow System located at the Michael E. DeBakey VA Medical Center in Houston, Texas. The contractor will be responsible for providing all necessary labor, materials, equipment, and transportation to ensure the equipment operates safely and effectively, adhering strictly to the requirements set forth by the Original Equipment Manufacturer (OEM). This maintenance service is critical for the ongoing functionality of the BioFlux system, which plays a vital role in the medical center's operations. Interested parties must submit their qualifications and demonstrate their ability to meet the government's requirements by September 10, 2024, to Kolbi Barton at kolbi.barton@va.gov, as this notice does not constitute a solicitation for competitive proposals.
    Installation of 18x Boom Arms for a Tandem Boom System (Notice of Intent to Sole Source)
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to negotiate a sole source contract for the installation of 18 new 2nd Boom Arms for a Tandem Boom System at the NIH Clinical Center in Bethesda, Maryland. This procurement aims to replace existing respiratory boom systems in the ICU suite, which have been deemed inadequate by users, and to ensure the functionality of the new equipment through necessary deinstallation and reinstallation of medical gas, electrical, and telecommunication lines. The project is critical for enhancing medical equipment efficiency and safety, reflecting a responsive approach to user feedback. Interested parties may submit capability statements to Lu Chang at lu-chang.lu@nih.gov by 4:00 PM EST on September 9, 2024, as this is not a request for proposal but a notice of intent to sole source to KR Wolfe Inc. and its subcontractor, Hillrom (now Baxter International).
    Notice of Intent to Award Sole Source - Beckman Culture Cost Per Reportable Results (Supply)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Fort Cavazos Health Contracting Cell, intends to award a sole source contract to Beckman Coulter Inc. for the procurement of Cost Per Reportable Results (CPRR) utilizing their urinary analyzers at the Carl R. Darnall Army Medical Center in Fort Cavazos, Texas. This procurement is essential due to the outdated and inaccurate performance of existing analyzers, necessitating FDA-approved equipment that can conduct comprehensive analyses of multiple body fluids to enhance laboratory efficiency. The anticipated contract value is approximately $668,339, with the award expected on or about September 9, 2024. Interested parties may contact Perry J. Cannon at perry.j.cannon.civ@health.mil for further information.