SOURCES SOUGHT
66 -- Confocal Microscope System
- Notice Date
- 5/13/2011
- Notice Type
- Sources Sought
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- NHLBI-CSB-(DE)-2011-183-JML
- Point of Contact
- Jonathan M. Lear, Phone: 3014514470
- E-Mail Address
-
learj@nhlbi.nih.gov
(learj@nhlbi.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought (SS) Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Heart, Lung, and Blood Institute (NHLBI) on behalf of the National Institute of Dental and Craniofacial Research (NIDCR). The purpose of this SS is to identify qualified small business concerns [including Small Disadvantaged Businesses (SDB), Woman-Owned Small Businesses (WOSB), Historically Underutilized Business Zone (HUBZone) Small Businesses, Veteran-Owned Small Businesses (VOSB) and Service-Disabled Veteran-Owned Small Businesses (SDVOSB] that are interested in and capable of providing a Confocal Microscope System with an Inverted Tissue Culture and Stereo Microscope in accordance with the below specifications. The NHLBI does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted. As a result of this Sources Sought notice, the NHLBI may issue a Request for Quote (RFQ). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NHLBI shall arise as a result of a response to this Sources Sought notice or the NHLBI's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. The NHLBI is seeking capability statements from all eligible small business concerns [particularly Small Disadvantaged Businesses (SDB), Woman-owned Small Businesses (WOSB), Historically Underutilized Business Zone (HUBZone) Small Businesses, Veteran-Owned Small Businesses (VOSB) and Service-Disabled Veteran-owned Small Businesses (SDVOSB)] under the North American Industry Classification System (NAICS) code 333314 with a size standard of 500. Based on the responses received from this SOURCES SOUGHT announcement, the proposed acquisition may be solicited as a Total Small Business Set-Aside. All eligible small business concerns responding to this Sources Sought Announcement must have the capabilities to provide the below product within 120 days after receipt of purchase order. Background Information: The NHLBI on behalf of the NIDCR is seeking to purchase a confocal microscope system to couple with an inverted tissue culture microscope and stereo microscope. Some work in the NIDCR Division of Intramural Research (DIR) consists of the molecular, cellular and developmental characterization of ppGalNAcTs and their substrates, the mucin-type O-glycans. To conduct these studies, we rely largely in qualitative and quantitative morphological studies by using a broad range of imaging techniques in various model systems including mice, sea urchin and cells grown in vitro. Because we use multiple model systems with very unique features, and because we are trying to address many biological question including subcellular distribution and protein-protein interaction analysis, we need a flexible confocal microscope that can provide us among other things with high quality and high resolution images of superb sensitivity, a user-friendly software platform, the ability to do 3D imaging, multi-fluorophore (spectral) acquisition, and live cell imaging capabilities (temperature control, high sensitivity, pixel precise control of illumination and fast acquisition). In addition, we require software that enables us to perform qualitative and quantitative analysis in order to accomplish colocalization studies, ratiometric imaging, FRAP/FRET studies, identification of autofluorescence and 3D reconstructions and measurements (including volume, surface area, length, radius of sphere with equivalent volume and maximum and minimum Feret's diameter). Therefore the confocal microscope we need to purchase must contain some unique and specific features. In addition, we need to have a flexible system that is compatible with the confocal microscope we are purchasing so we can easily change optics and filter sets to observe cells under different magnifications and cells expressing different trans-genes. Below are the Government required specifications Specifications: 1.The confocal system must have a Variable Secondary Dichroic beam splitter (VDS) optical continuous spectral element that allows free separation at any point in the visible spectrum to separate the light to all detectors thereby providing full variable spectral separation of fluorophores. 2.The system must have freely configurable detection settings with no limitation on either side of the detection wavelength limiting bandwidth. 3.The system must have low noise electronic design which would allow for Digital Gain boost in addition to master Gain pedestal on detector. 4.System must acquire images in 8, 12 or 16 bit. 5.Image resolution must reach 2000x2000 pixels. 6.Real Time electronics are required which allows for management of data online and simultaneous data analysis on the system PC while images are being collected. Software/Hardware platform must support parallel collection and analysis of data to save precious time and cost for the scientists gathering and analyzing their data on the Confocal. 7.Primary Dichroics must provide 6-7 OD blocking of laser and the system must provide high laser suppression for reflection free imaging done by 90 degree special dichroics. 8.Acquisition must allow for free rotation of the scan field through a complete 360 degrees rotation. 9.Line selection and attenuation per ROI - 99 ROI's must be possible. 10.System must include following Laser lines which are ALL diodes - 445, 488, 555 and 635nm. 11.The system must have 0.6 to 40x Zoom capability. 12.The system must possess absolute linear scan movement to insure equal pixel dwell times as this is critical for quantitative data collection and analysis. 13.14 different scan speeds (28 with bi directional speeds) must be available with complete flexibility in scan collection so users can match scan speeds with sample preparations. 14.Workspace must be customizable for size and layout for each user. Large user base must be able to customize their workspace for quick, easy and comfortable personal use. 15.The system must have automatic laser wavelength shut off after 15 minutes of non-use and automatic re-starting prior to subsequent scanning to preserve laser life. 16.Single Click ‘reuse button' to configure system from previously collected images must be available. 17.Spectral channel acquisition in conjunction with optional Transmitted light PMT imaging is required. 18.The system must be capable of spectral data collection down to 1nm resolution. 19.System must fully utilize light on both sides of the specified spectral wavelength for spectral unmixing so that no photon is lost or limited by narrow band pass detection even when scanning with 1nm resolution. 20.Emission Fingerprinting must be available, which results in reliable separation of different fluorescent dyes even with highly overlapping emission spectra. 21.Software must allow for ‘Smart Setup' to automatically adapt of system configuration based on the user selection of particular dyes being used in a sample. This must not require preset settings. Users should be able to specify freely by dye combination to setup system. 22.3D Reconstruction and Stereo Viewing is required. 23.System must be capable of Colocalization, Histogram, Profiles, and Image Arithmetics. 24. FRET-Fluorescence Resonant Energy Transfer Analysis via Sensitized Emission, Acceptor Photo bleaching and Spectral FRET analyses are required within the software package. 25.System must be capable of FRAP-Fluorescence Recovery after Photo Bleaching Full analysis and plotting of diffusion and Kd. 26.Physiology package to include calculation of ion Concentrations and all data plots is required. 27.System must offer Multi point Acquisition and customer programming of Time Series. System must be able to perform overnight multipoint experiments lasting at least 3-4 days duration with no limit of collection of data points. All Incubation and Automatic focus must be software integrated! 28.Multipoint Acquisition must support multitracking of 4 or more channels. This must include automatic switching of all hardware acquisition components (i.e. laser lines, power, gain, spectral bandwidth, filters etc.) for any track during multi-position imaging with the scanning stage that supports a minimum of 100 independent locations. 29.Axiovision Separate Workstation Software supporting 2 & 3D measurement capability 30.Inverted research grade Microscope must included Objectives: EC Plan Neo 10x/.3 WD 5.2mm Plan Apo 20x/.8 WD.55mm EC Plan Neo 40x/1.3 WD 0.21 mm Plan Apo 63x/1.4 WD...18mm 31.Visual Filter sets must include DAPI, CY3, GFP and CFP 32.Focus Stabilization must be fully integrated into hardware and software. System must allow touch control from a docking station that is fully integrated into the software. Focus must be fully functional with multi position imaging. 33.System must use thin film technology to remotely control the microscope. 34.Scanning Stage must be fully integrated with the hardware and software allowing for Multi Tile imaging and stitching as well as multi-point imaging 35.Full Incubation is required for multiday experiments which do not require enclosing the entire system in a box. Heated Insert only must provide this incubation. Must be able to stay in focus and fully integrate with definite focus unit for fast as well as long-term time lapse imaging. 36.Hardware Docking Station which can control microscope remotely as well as provide a comfortable Focus drive. Unit must be able to sit remotely off the Microscope table and be positioned near the computer workstation. 37.30"X30" Microscope Vibration Isolation Table is required. 38.Transmitted and Fluorescent Light paths incl. Halogen and HBO lamps are required. 39.System must have fully programmable ergonomic button control of all motorized features near the focus knobs of the stand for easy control. 40.Z focus drive must be capable of 9.9mm travel range with a 10nm step size. 41.Microscope must have an integrated Contrast Manager to preset all light and microscope conditions for visual use. 42.High Pressure Casting with Large mechanical Footprint for outstanding mechanical and thermal isolation for all external mounted accessories as well as providing ultra stability from external influences like fluctuating room temperature is required. 43.Microscope must have the ability to insert structured illumination device in the reflected light path to do wide field structural sectioning to eliminate background fluorescence; 44.Required Fluorescence Key Features: oFluorescence Beam Path must be Apo chromatically corrected o6x reflector turret with 200ms switching time oEasy push and click replaceable filter cubes oSelf aligning HBO. 45.Microscope must have fully integrated incubation controllable via software or the touchpad. 46.Tissue culture microscope must have integrated light paths for coupling with CCD camera. 47.Tissue culture microscope must permit integration of Varel and phase contrast as well as PlasDIC contrast techniques. 48.Tissue culture microscope must offer condenser NA's of 0.2 through 0.55. 49.Tissue culture microscope must offer greater than 17cm working distance for large vessels in brightfield. 50.Tissue culture microscope must use infinity corrected optics that can be exchanged with the Confocal microscope. 51.Tissue culture microscope must have a viewing tube that is positional to different heights. 52.Tissue culture microscope fluorescence pathway must include filter set cubes that are exchangeable with the confocal microscope. 53.Stereo microscope must have a zoom system numerical aperture of at least NA 0.144. 54.Stereo must have at least a 23mm field of view. 55.Stereo must be capable of a Photo Ergo tube with variable and integrated documentation port. 56.System must be capable of attaching 2 cameras simultaneously. 57.Stereo must have course and fine focus on both the right and left sides of the scope as well as a z travel range of 340mm. 58.Scope must have fully manual Zoom Optics (Pancratic system). 59.Scope must have a large scratch resistant sample space. 60.Scope must be capable of incorporating various LED based lighting options, spot, ring, reflected, transmitted, etc. 61.Stereo must be capable of incorporating 1-3 stereo objectives. Interested parties should submit a tailored capability statement for this requirement, not to exceed 10 single-sided pages (including all attachments) presented in single-space and using a 12-point font size minimum, that clearly details the ability to provide this equipment. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible small business concern's name and address). Responses will be reviewed only by NIH personnel and will be held in a confidential manner. All capability statements sent in response to this SOURCES SOUGHT notice must be submitted electronically (via email) to Jonathan Lear, Contract Specialist, at learj@nhlbi.nih.gov in either MS Word or Adobe Portable Document Format (PDF), by May 27, 2011, 12:00pm, EST. All responses must be received by the specified due date and time in order to be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(DE)-2011-183-JML/listing.html)
- Place of Performance
- Address: National Institutes of Health/NIDCR, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02448078-W 20110515/110513235050-5cf87ebeb5ee25b25836be6fa8fb66c1 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |