NIA 23-004690

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Cellometer K2 Image Cytometer
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Carla
Blalock
carla.blalock@nih.gov

Secondary Contracting Officer

Wiwa
Lui
wiwa.lui@nih.gov
NAICS Code Number
334516
Analytical Laboratory Instrument Manufacturing
Small Business Size Standard
1000 Employees
FPDS Classification Code
6640
Estimated Period of Performance
N/A
Delivery of Goods
30 days ARO
Set-Aside Status
Not Set Aside
Competition Status
Brand Name Only
Vendor Name
PerkinElmer Health Sciences, Inc.
Address
710 Bridgeport Ave
Shelton, CT 06484-4794
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 is a brand name requirement for the Cellometer K2 Image Cytometer which is sold exclusively by PerkinElmer Health Sciences, Inc., and a network of independent Manufacturer representatives. The Cellometer K2 Image Cytometer is manufactured exclusively by Nexcelom for Perkin Elmer Health Sciences. The vendor has provided a sole source letter supporting this. Nexcelom was acquired by Perkin Elmer Health Sciences in May 2021.
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 2023-01 dated December 30, 2022.

The National Institute on Aging (NIA) Laboratory of Molecular Biology and Immunology (LMBI) requires a Cellometer K2 Image Cytometer.  Many of the new experiments being conducted by the LMBI need an accurate cell count to be performed correctly, and many other microscopic experiments need the cell size information. The existing cell counters are not very accurate and do not give any viability or necessary cell size information. The Cellometer K2, powered by Matrix software, utilizes brightfield imaging and dual-fluorescence imaging to identify and count individual cells quickly and accurately.  Cell count, concentration, diameter, and % viability are automatically calculated and reported.  Moreover, many of the images that the instrument takes ars ready for use in our publications.

Purchase Description: Cellometer K2 Image Cytometer cat. # SK-150

Salient characteristics:

  • Dual fluorescence and brightfield imaging – stain only nucleated cells for the
    most accurate count and viability information
  • Fast results – count, size, concentration, and viability calculations in <60 seconds. 10 times faster the manual ones.
  • Analyze complex samples – designed for analysis of complex and messy samples including whole blood, peripheral blood, cord blood, and bone marrow
  • Multiple fields of view – increased accuracy with the ability to capture one, four, or eight images per sample
  • Built-in predefined assays – quickly analyze viability, apoptosis, and transfection efficiency
  • Built-in cell types – includes saved parameters for over 400 cell types
  • Small sample volume – only 10 µl of cell sample required
  • Customizable reports – includes predefined reports with the ability to create new ones with graphs, images, charts, and tables
  • Small 20µl sample size
  • Analysis in < 60 seconds
  • Analysis of cells from 5 to 300µm (including adipocytes)
  • Live cell imaging to monitor cell morphology
  • Cell size estimation and distribution histogram
  • Differentiation of cells based on size
  • Visual indication of counted cells and user-adjustable cell size range to ensure that debris is not included in analysis
  • Large cell concentration range (105 to 107cells/ml) reduces required sample dilutions
  • Saving of images and data
  • User-adjustable gating adjustments with instant data updates

Quantity: One (1)

Delivery Date: 30 days after 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):

  • Period of Performance OR Delivery Date After Receipt of Order:
  • Shipping Point (F.O.B. OR Destination):
  • Payment Discount Terms:
  • Open Market; GSA FSS Contract Number; Other Government-Wide Agency (OGA) Contract Number, Government-wide Agency (GWAC) Contract Number; or National Institute of Health (NIH) Blanket Purchase Agreement (BPA) Number:
  • SAM Unique Entity Identifier (UEI) No:
  • Name of Company:
  • Street Address, City, State, Zip code:
  • Name of Person Authorized to Provide Quote:
  • 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).

Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b)product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order.

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/

  • FAR Provision 52.212-1 Instructions to Offerors-Commercial Items (Nov 2021) is applicable to this solicitation.
  • 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)]
  • FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Dec 2022), is applicable to this solicitation 
  • FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (Dec 2022) is applicable to this solicitation.
  • FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dec 2022) is applicable to this solicitation. See attachment. 

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

The following provisions and clauses apply to this acquisition and are incorporated as an attachment. Offerors MUST complete the provision at 52.204-24 and 52.204-26 and submit a completed copy as a separate document 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 Video Surveillance Services or Equipment (Nov 2021)
  3. FAR 52.204-26, Covered Telecommunications Equipment or Services Representation (Oct 2020)
  4. NIH Invoice and Payment Provisions

All responses must be received by 3/25/2023, at 5:00 PM EST and must reference announcement/solicitation number NIA 23-004960. Responses may be submitted electronically to Carla Blalock (carla.blalock@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.