SOLICITATION NOTICE
66 -- Upgrade to Existing Confocal Imaging System
- Notice Date
- 7/31/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Research Contracts Br., 6120 Executive Blvd. EPS Suite 600, Rockville, MD, 20852
- ZIP Code
- 20852
- Solicitation Number
- Reference-Number-NCI-20092-NV
- Response Due
- 8/6/2002
- Point of Contact
- Deborah Moore, Purchasing Agent, Phone (301) 402-4509, Fax (301) 402-4513, - David Keefer, Contracting Officer, Phone (301) 435-3801, Fax (301) 480-0309,
- E-Mail Address
-
dm170b@nih.gov, dk63h@nih.gov
- Description
- The National Institutes of Health (NIH), National Cancer Institute (NCI), Laboratory of Biochemistry (LB), plans to procure from Carl Zeiss Inc., One Zeiss Drive, Thornwood, NY 10594, the upgrading of an existing Zeiss LSM 510 Pascal laser scanning confocal microscope to a LSM 510 with 30 mW Argon laser, 1 mW HeNe laser, 5 mW HeNe laser and META spectral scanner. The laser scanning microscope (LSM) will be used to collect optical sections of fluorescent specimens including visualizing immunofluorescence in tissue culture cells and tissue whole mounts, capturing time lapse movies of cells expressing proteins tagged with various fluorescent markers, and monitoring cell physiology with fluorescent indicator dyes. Various LB laboratories will use the upgraded system to continue ongoing studies including localization of replication proteins in bacteria, nuclear-cytoplasmic transport, and cell cycle studies projects. Since the LB is a multi-user environment it is imperative that the upgrade contain the following features: 1) each detector is equipped with its own pinhole for the possibility of simultaneous scanning with identical slice thickness; 2) full 360 degree scan rotation, scan zoom (up to 40x) and offset with no x/y stage centering; 3) digital scan control will allow for the following hardware/software functionality: constant scanning velocity for all speeds, even illumination along scanning fields with identical pixel conditions, short fly back time (less than 2% of frame cycle), on-line modification of scanning and detector settings, on-line histogram and lut's for optimization, sample preservation via beam blanking only in regions of interest and FRAP (Fluorescence Recovery After Photobleaching); 4) the system must be capable of scanning at least 0.3 msec or 2600 lines per second; 5) on-line ratioing imaging between channels for high speed FRET correction; 6) comprehensive physiology software for FRAP, FRET and trigger output for precisely controlled synchronization of signaling; 7) multi tracking capability via digital scan control, which allows high speed multiplexing of excitation wavelengths by line to get rid of cross talk between channels; 8) single button control to implement identical system conditions from previously collected images; 9) a spectral scanner that incorporates a 32 channel PMT using a grating for high speed and electronic switching between spectral separated detector elements; 10) spectral characterization of multi-labeled specimens with at least 10 nm resolution; 11) 80 nm of spectral information pixel by pixel in single pass of the laser over the specimen; 12) rapidly generate spectral curve using a lambda stack that can collect pixel by pixel 12 bit up to 2KX2K; 13) achieve the same kinetic rate for z+ lambda stacks as sell as z, time, and lambda stacks and 14) allow high speed selection of wavelenght range, including quick and easy switching between overlapping band pass channels. This system is commercial as defined in FAR Part 2, and this acquisition is being made in accordance with the test program using simplified procedures for certain commercial items as authorized in FAR 13.5. Carl Zeiss Inc. is the only organization known to the NCI researcher that can upgrade the current Zeiss system to a system that has all the aforementioned features that are required and believed to be unique. This is not a request for competitive quotation. However, if any interested party believes it can meet the above requirement and the noted features, it may submit a statement of capabilities. The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow the NCI research to determine if the party can perform this requirement. An original and one copy of the capability statements must be received in the contracting office by 3:00 p.m. EDT, on August 6, 2002. All questions must be in writing and can be faxed to (301) 402-4513 or emailed to dm170b@nih.gov . It is the vendor?s responsibility to call (301) 402-4509 to insure questions have been received. 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. No collect call will be accepted. NAICS 334516
- Place of Performance
- Address: 9000 Rockville Pike, Bethesda, MD
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN00129153-W 20020802/020731213355 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |