23-010729

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Flow cytometer antibodies
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Randall
Carter
randall.carter@nih.gov

Secondary Contracting Officer

Wiwa
Lui
wiwa.lui@nih.gov
NAICS Code Number
325413
In-Vitro Diagnostic Substance Manufacturing
Small Business Size Standard
1250
FPDS Classification Code
6550
Delivery of Goods
30 Days after receipt of award
Competition Status
Non-Competitive
Vendor Name
Becton, Dickinson & Company
Vendor Address
One Becton Drive
Franklin Lakes, NJ 07417
Single-Sole Source Determination
Statutory Authority:
This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13—Simplified Acquisition Procedures and at a dollar value less than the simplified acquisition threshold are exempt from the requirements of FAR Part 6—Competition Requirements.

This notice of proposed acquisition is posted as an intent to award a purchase order on a non-competitive basis to Becton, Dickinson (BD) & Company for high parameter flow cytometer antibodies. The essential characteristics of the Flow Cytometer Antibodies that limit the availability to a sole source are the lab has used BD antibodies for ongoing experiments for the last few years and these antibodies were titrated to relevant doses. Some specific panels have been also designed with BD antibodies, the procedure to design a panel takes time and needs profound understanding, altering what has been established will be difficult and will cost the Intramural Research Program (IRP) more money. Moreover, to maintain the integrity of our data that the lab already collected and analyzed, it is imperative that the same kits/reagents and procedure regarding the assays are maintained. Proceeding this way will maximize the possibility of generating comparable data. Becton, Dickinson & Company is the ONLY company that have the polymer based multi-color fluorescent dyes, for a multiparameter (> 25) flowcytometry assays these dyes are viatal and essential. Moreover, these Panels can be read on our existing FACSsymphony. In order for the lab to be consistent with their data and can compare the previous samples with the new ones and be able to publish, they need to use the same kits and technology.
Background/Description of Requirement

This acquisition is being conducted under Federal Acquisition Regulations (FAR) Part 13 – Simplified Acquisition Procedures, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2023-04 dated June 2, 2023.

The National Institute on Aging (NIA), Laboratory of Molecular Biology and Immunology (LMBI) requires high parameter flow cytometer antibodies. These antibodies will be used in multiple HPS flow panels to identify cells and to measure the cytokines that these cells secrete. These panels will allow us to differentiate cells in the PBMC using surface staining and by doing intracellular cytokine staining (ICS) we will achieve functional dynamics of immune cells. Immune cells are highly dynamic in nature, for example, depending on milieu a CD4 T helper can secrete many cytokines as IFN-g, TNF-a, IL-9 and IL2 after activation. During activation the specific signaling cascades occur and dictate the functional outcome of a cell. With age it has been shown that human accumulate pro-inflammatory signatures. In current study the lab’s goal is to characterize the functional capabilities (cytokines) and signaling cascades at single cell levels in human PBMC of a 20 – 90 years old cohort. To achieve this, high dimension multicolor flowcytometry providing information of 25-26 parameters at single cell level is very instrumental. Staining with antibodies specific for cell specific surface markers will provide identity of cell from mixture of PBMCs, while intracellular cytokines and signaling phospho-protein staining provides a high-resolution information. Also, it has the capacity for rapid analysis of large numbers of cells required.

Purchase Description and Salient characteristics:

 

Item #

Description

Qty

747463

Hu CD181 BV750 5A12 50ug

2

340513

FastImmune IL-1-Alp FITC AS5 50 Tests

1

612938

Hu CD19 BUV496 SJ25C1 100Tst

1

563531

Hu IL-8 PE-CF594 G265-8 50Tst

1

340516

FastImmune IL-1Beta PE AS10 50 Tests

1

563731

Hu IFN-Gma BV786 4S.B3 50Tst

1

347464

CD45 PerCP 2D1 100 Tests RUO/GMP

2

563733

Hu CD45RA BV711 HI100 50Tst

1

612980

Hu HLA-DR BUV661 G46-6 100Tst

2

564291

Hu CD45RO BUV395 UCHL1 100Tst

1

557745

Hu CD69 PE-Cy7 FN50 100Tst

1

560088

Hu IFN-Alp2b Alexa 647 7N4-1 100Tst

1

563279

Hu IL-6 BV421 MQ2-13A5 50Tst

2

566445

Hu CD38 BB700 HIT2 100Tst

2

740593

Hu CD28 BV650 CD28.2 50ug

2

612905

Hu CD20 BUV805 2H7 100Tst

1

566477

Hu CD196 (CCR6) BB700 11A9 100Tst

2

565388

Fixable Viability Stain 780 200ug

2

560687

Hu MIP-1Bta PE-Cy7 D21-1351 50Tst

1

563418

Hu TNF BV650 Mab11 50Tst

2

566423

Hu GITR (CD357) BV421 V27-580 100Tst

2

744408

Hu CD30 BV605 BERH8 50ug

2

569102

Hu CD14 BUV395 M5E2 50ug

2

612847

Hu CD45RA BUV737 HI100 25Tst

1

563561

Hu CD14 BUV395 MPhiP9 100Tst

1

745372

Hu CD134 BV650 L106 50ug

2

742791

Hu CD156c BV711 11G2 50ug

2

566655

Hu Granzyme K Alexa 647 G3H69 100Tst

1

746337

Hu CD154 BV480 TRAP1 50ug

1

565136

Hu IL-2 APC-R700 MQ1-17H12 50Tst

2

563496

Hu MCP-1 Alexa 647 5D3-F7 50Tst

1

564255

Hu IL-9 PE-CF594 MH9A3 100Tst

1

741398

Hu CD206 BUV563 19.2 50ug

2

752589

Hu CCR9 BV605 C9MAB-1 50ug

2

564127

Hu CD209 BV421 DCN46 50Tst

1

751336

Hu CD47 BUV615 B6H12 50ug

2

748812

Hu CD272 (BTLA) BUV737 J168-540 50ug

2

552418

Hu CD120b PE hTNFR-M1 100Tst

2

562492

Hu CD33 PE-CF594 WM53 100Tst

2

562405

Hu CD24 PE-CF594 ML5 100Tst

2

348791

CD34 PE-Cy7 8G12 Y7 100 Tests RUO/ GMP

1

567073

Hu CD45RA R718 HI100 100Tst

2

567023

 

Hu CD27 Alexa 488 O323 100Tst

2

 Quantity: See above under Description and Salient Characteristics.

The high parameter flow cytometer is a powerful analytical tool to identify and analyze distinctive phenotypes in heterogeneous populations. These antibodies will be used in multiple HPS flow panels to identify cells and to measure the cytokines that these cells secrete. These panels will allow us to differentiate cells in the PBMC using surface staining and by doing intracellular cytokine staining (ICS) we will achieve functional dynamics of immune cells. Immune cells are highly dynamic in nature, for example, depending on milieu a CD4 T helper can secrete many cytokines as IFN-g, TNF-a, IL-9 and IL2 after activation. During activation the specific signaling cascades occur and dictate the functional outcome of a cell. With age it has been shown that human accumulate pro-inflammatory signatures. In current study our goal is to characterize the functional capabilities (cytokines) and signaling cascades at single cell levels in human PBMC of a 20 – 90 years old cohort. To achieve this, high dimension multicolor flowcytometry providing information of 25-26 parameters at single cell level is very instrumental. Staining with antibodies specific for cell specific surface markers will provide identity of cell from mixture of PBMCs, while intracellular cytokines and signaling phospho-protein staining provides a high-resolution information. Also, it has the capacity for rapid analysis of large numbers of cells required.

Delivery Date: 30 days after receipt of award

Contract Type: A Firm Fixed Price type order award not exceeding the Simplified Acquisition Threshold is anticipated to be awarded resulting from this requirement.

Summary Statement:

The Unique Entity Identifier (UEI), the Taxpayer Identification Number (TIN), certification of country of ownership, and the certification of business size must be included in the response.

All offerors must have an active registration in the System for Award Management (SAM) "www.sam.gov."

Quoter Terms and Conditions (To be completed by the Offeror):

 1. Period of Performance OR Delivery Date After Receipt of Order:

 2. Shipping Point (F.O.B. OR Destination):

 3. Payment Discount Terms:

 4. NIH BPA Number, if applicable:

 5. SAM UEI Number:

 6. Name of Company:

 7. Street Address, City, State, Zip code:

 8. Name of Person Authorized to Provide Quote:

 9. Telephone Number and Email Address of Person Authorized to Provide Quote:

For equipment/parts/supply requirements under this requirement, if applicable, responses must include: the place of manufacturing (i.e., address if supply/equipment is a domestic end product and include country of manufacture).

 In case domestic sources are available and capable of fulfilling the Government's need, the Government will use evaluation preferences in accordance with FAR 25.

ADDITIONAL TERMS AND CONDITIONS, PROVISIONS, AND REPRESENTATIONS

 The FAR Clauses are incorporated by reference and are provided in full text at https://www.acquisition.gov/:

 1. FAR Provision 52.212-1 Instructions to Offerors-Commercial Items (Mar 2023) is applicable to this solicitation.

 2. FAR Provision 52.212.2 Evaluation-Commercial Items (Nov 2021) is applicable to this solicitation. The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Technical capability of the item offered to meet the Government requirement; Price; and Past performance [see FAR 13.106-2(b)(3)]

 3. FAR Provision 52.212-3, Offeror Representations and Certifications Commercial Items (Dec 2022), is applicable to this solicitation.

 4. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (Dec 2022) is applicable to this solicitation.

 5. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (June 2023) is applicable to this solicitation.

 In addition, the following FAR provisions and clauses are applicable to this solicitation and incorporated by reference:

 1. 52.204-7 System for Award Management (Oct 2018),

 2. 52.204-13 System for Award Management Maintenance (Oct 2018),

 3. FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020),

 4. 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020),

 5. 52.211, Brand Name or Equal (Aug 1999)

6. 52.225-1, Buy American Supplies (Oct 2022) (41 U.S.C. chapter 83)

 7. HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015).

 8.  FAR 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023)

 The following provisions and clauses apply to this acquisition and are available as an attachment. Offerors MUST complete the provision at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their quotation.

 1. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)

 2. FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)

 3. FAR 52.204-26, Covered Telecommunications Equipment or Services Representation (Oct 2020) 3. NIH Invoice and Payment Provisions

 4. NIH Invoice and Payment Provisions 

All responses must be received by 9/15/2023, at 3PM EST and must reference announcement/solicitation number 23-010729. Responses may be submitted electronically to Randall Carter (Randall.carter@nih.gov).  Fax responses will not be accepted.

 

Interested parties may identify in writing their interest and capability in response to this requirement. Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.

All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.

All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.