Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2014 FBO #4662
SOURCES SOUGHT

66 -- Biotek Cytation3 Cell Imaging Multi-mode Microplate Reader

Notice Date
8/28/2014
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-14-620
 
Archive Date
12/31/2014
 
Point of Contact
Andriani Buck, Phone: 3014021677, ,
 
E-Mail Address
andriani.buck@nih.gov, NIDASSSAPurchaseRequ@mail.nih.gov
(andriani.buck@nih.gov, NIDASSSAPurchaseRequ@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Background: The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency conducting and supporting medical discoveries that improve people's health and save lives. The National Institute of Neurological Disorders and Stroke (NINDS) mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. The NINDS Neural Therapeutics Development Unit (NTDU) main research goal is to develop neurotherapeutic drug to treat neurological disorders. Purpose and Objectives: The purpose of this requirement is to provide NINDS with a high resolution multimode plate reader that can be used for microscopic imaging of neuronal cells in culture. The NTDU requires high speed and high content image acquisition and analysis cable of acquiring and analyzing hundreds of photomicrographs from neural stem cells and neurons which have been exposed to various chemical and/or biological toxins that represent or mimic neurodegenerative diseases. Project requirements: Contractor shall provide the Biotek brand or equal Cytation3 Cell Imaging Multi-mode Microplate Reader, model CYT3MFV and accessories as outline below manufactured by Biotek Instruments Inc., Highland Park, Winooski, VT 05404. 1. Biotek Model CYT3MFV Cytation3 Cell Imaging Multi-Mode Reader with monochromator and filter based multi-mode detection and automated imaging. Includes linear and orbital shaking, temperature control to 45°C. 2. Cat# 1220535 Firewire Laptop Card/supply set 3. Cat# 8040003S SVCE Dispense Box Dual 4. Cat# 1210008 Gas Controller for CO2 and O2 control. 5. Cat# SVCICT1 Basic Installation and Training Tier 2 6. Cat #1220519 Objective 4X with holder 7. Cat #1220518 Objective 10X with holder 8. Cat #1220517 Objective 20X with holder 9. Cat# 1225100 DAPI filter cube 10. Cat# 1225000 365 nm LED cube 11. Cat# 1225101 GFP filter cube 12. Cat# 1225001 465 nm LED cube 13. Cat# 1225102 Texas Red filter cube 14. Cat# 1225002 590 nm LED cube 15. Cat# 1225103 RFP filter cube 16. Cat# 1225003 523 nm LED cube 17. Cat# 8040502 Filter Block Asby Green/Red 18. Cat# 1220544 Objective 40X with holder 19. Cat# 1220545 Objective 60X with holder 20. Cat# GEN5IPlus Gen5 IPlus software V2.05.5 The instrument must be capable of the following: 1. Image a microplate, slide petri plate, or T25 flask with up to four fluorescence colors and brightfield and read the plate for fluorescence, luminescence, absorbance, time resolved fluorescence, or fluorescence polarization and provide the ability to add reagents from dual reagent injectors and control the CO2 and O2 gases for live cell culture. 2. Provide a true automated digital microscopy (fluorescence and brightfield) and multi-mode detection in one system. 3. Have capacity for multiple objectives. 4. Contain multiple microscopy color channels - four colors plus brightfield. 5. Have the ability to use 2.5x to 60x magnification to cover broad imaging applications 6. Contain a 16-bit CCD camera for dynamic range of >65,000 fluorescence units. 7. Be compatible with 6- to 384-well microplates, slides, Petri dishes and T25 cell culture flasks. 8. Have dual reagent injectors, able to automatically dispense reagents in all detection modes. 9. Have autofocus, autoexposure, auto-LED intensity adjustments 10. Have hybrid optical system combining a monochromator fluorescence optical system for flexibility with a filter-based fluorescence optical system for high performance in the same instrument 11. Contains quadruple grating optical design (two gratings per monochromator) for better spectral scanning performance. 12. Is capable of performing fluorescence, absorbance and luminescence spectral scans. 13. Is compatible with a gas controller for monitor and control of C02 (0%-20%) and 02 (1%-19%) levels to support live cell assays 14. Contains temperature control to 45 C with a 4-zone temperature control system, with uniformity across the microplate of ±0.5 C at 37 C to limit edge effects in incubated assays. 15. Is compatible with 2 µL low volume microplate accessory with 16- (Take3) or 48-sample (Take3TRIO) microspots for direct nucleic acid quantification as well as fluorescence and luminescence measurements. This plate can be purchased at any time after the instrument has been installed. 16. Includes image analysis software for automatic cell counting and sub-population analysis Anticipated period of performance: Contractor shall deliver and install all equipment within 30 days after receipt of order. Capability statement /information sought. Interested organizations must provide clear and convincing documentation of their capability of providing the item(s) specified in this notice. Interested organizations that believe they possess the ability to provide the required items must submit specific documentation of their ability to meet each of the project requirements to the Contract Specialist. Interested organizations must provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The Government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc.) pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The information submitted must be in an outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Andriani Buck, Contract Specialist, at NIDASSSAPurchaseRequ@nih.gov, in MS Word format by or before the closing date of this announcement. All responses must be received by the specified due date and time in order to be considered. Facsimile responses are NOT accepted. The response must be received on or before September 5, 2014, 12:00 Noon, eastern time. "Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-14-620/listing.html)
 
Place of Performance
Address: National Institute of Health, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03487814-W 20140830/140829023407-b2103087844f1f99edec99e906158f53 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.