SOURCES SOUGHT
66 -- Brand Name or Equal Celigo S Imaging Cytometer
- Notice Date
- 7/8/2015
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, Program Support Center, Division of Acquisition Management, 12501 Ardennes Avenue, Suite 400, Rockville, Maryland, 20857, United States
- ZIP Code
- 20857
- Solicitation Number
- N02RC52616-85
- Archive Date
- 7/30/2015
- Point of Contact
- Megan Kisamore, Phone: 2402765261
- E-Mail Address
-
megan.kisamore@nih.gov
(megan.kisamore@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This Small Business Sources Sought Notice (SBSS) 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 Cancer Institute (NCI). The purpose of this Sources Sought Notice is to identify qualified small business concerns including 8(a), HUBZone or Service-Disabled Veteran-owned business concerns that are interested in and capable of performing the work described herein. The NCI does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. 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 requirement is assigned North American Industry Classification System (NAICS) code 334516 with a size standard of 500 employees is being considered. As a result of this Sources Sought Notice, the NCI may issue a Request for Quotation (RFQ) through FedBizOpps. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NCI shall arise as a result of a response to this Sources Sought Notice or the NCI's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. BACKGROUND The National Cancer Institute (NCI) plans to procure one (1) Brand Name or Equal Celigo S Imaging Cytometer, in support of the Center for Cancer Research (CCR), Laboratory of Tumor Immunology and Biology (LTIB). This acquisition will be conducted under the procedures for acquiring commercial items authorized in FAR Part 12 and under the authority to use simplified procedures for commercial requirements as provided in FAR 13.501. The salient characteristics that apply to the Celigo S Imaging Cytometer are as follows: •Proprietary image acquisition and analysis software •SQL Server 2012 database managed data •Rapid LED-based hardware auto-focus Computer System (with Microsoft Windows 7) •Brightfield & Fluorescence Proprietary large-field F-theta optics with superior edge contrast •Galvanometric mirrors for imaging of large areas •LED-based brightfield imaging with uniform illumination •LED-based fluorescence imaging (3 channels, Blue, Green & Red) •4 Mega-pixel CCD camera Magnification (3.5x, resolution 1 μm/pixel to 8 μm/pixel; 0.25NA) •Rapid microplate-based in situ cellular analysis with the ability to accept and image whole wells of entire 6, 12, 24, 48, 96, 384 and 1536 well plates as well as T-25 and T-75 flasks •Instrument is capable of imaging whole wells of an entire 96 well plate in two colors in less than 9 min and in less than 6 min for one color •Capable of imaging three fluorescence channels and a bright field channel sequentially •Enables bright field and fluorescence analysis of cells in their natural state based on high-speed full well or partial well imaging •Instrument permits the rapid counting of the total number of cells in a designated well •Instrument software able to distinguish and count individual cells •Compatible with non-invasive in situ analysis of various adherent and non-adherent cell types based on morphology and/or fluorescence labeling •User-friendly 4-step workflow from image acquisition and analysis to plate-level data output The NCI also requires: •Installation and operational verification •Two (2) days of user training at customer site •One (1) year service and maintenance ("Limited Warranty") SUBMISSION INFORMATION Interested qualified small business organizations should submit a tailored capability statement for this requirement, not to exceed 20 single-sided pages (including all attachments, resumes, charts, etc.) presented in single-space and using a 12-point font size minimum, that clearly details the ability to meet the needs of the notice described above. 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, as well as the eligible small business concern's name, point of contact, address and DUNS number. All capability statements sent in response to this sources sought notice must be submitted electronically (via email) to Megan Kisamore, Contract Specialist, at megan.kisamore@nih.gov in MS Word or Adobe Portable Document Format (PDF), by July 15, 2015, 1:00 pm, EST. All responses must be received by the specified due date and time in order to be considered. CAPABILITY STATEMENTS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. No collect calls or facsimile transmissions will be accepted. 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 meet the needs of the requirement. 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 on FedBizOpps. However, responses to this notice will not be considered adequate responses to a solicitation(s). 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/N02RC52616-85/listing.html)
- Place of Performance
- Address: Deliver to:, 10 Center Drive, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03789713-W 20150710/150708235523-97ab63a50d768efb55e1481825aa5f71 (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 |