SOURCES SOUGHT
66 -- Acquisition of one Brand Name or Equal Hamamatsu NanoZoomer-XR System.
- Notice Date
- 7/28/2015
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Bldg 1050, Frederick, Maryland, 21702, United States
- ZIP Code
- 21702
- Solicitation Number
- SBSS-N02RC52673-57
- Point of Contact
- Reyes Rodriguez, Phone: 240-276-5442
- E-Mail Address
-
reyes.rodriguez@nih.gov
(reyes.rodriguez@nih.gov)
- Small Business Set-Aside
- Total Small Business
- 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. The purpose of this acquisition is to purchase one brand name or equal Hamamatsu NanoZoomer-XR System. The Laboratory of Pathology, CCR, NCI, NIH seeks to procure a high throughput whole slide imaging instrument capable of imaging in both bright field and fluorescence. The instrument will be housed in the Experimental Pathology Laboratory, a section of LP, CCR, NCI, dedicated to LP-centric research projects including core support for the investigators of LP, as well as LP-driven research projects carried out in the Experimental Pathology Laboratory. The instrument will be used for a diverse set of studies, including imaging of cells, tissue (including anatomic pathology samples) and tissue microarrays in both bright field (transmitted light) and fluorescent (reflected) imaging modes The following features are necessary and unique to this particular instrument: • The instrument shall be a whole slide imager, capable of generating images of microscope slides in both brightfield (transmission, white light) and fluorescence (reflective, monochromatic light). An external computer (controller) and light source(s) shall be included. • An instrument capable of generating high-resolution (0.45 to 0.25 micron/pixel) "whole slide image" of microscope slides. • The instrument shall image in an "upright" fashion, such that the slide is on the bottom, the tissue rest on the slide and the coverslip is on top (up). • The instrument shall generate images via transmitted multi-spectrum white light and in reflective fluorescent modes. • The images shall be of a type where compression of the image format is controllable by the user to specify how compressed the image file is. • The output file format shall be compatible with existing image server/databases in the Laboratory of Pathology. (The laboratory currently has two databases, both from Leica, that do accept multiple image formats, however not all formats are supported.) 1. Specific features of the hardware include: 1.1 The instrument shall be a single unit, capable of imaging both fluorescent and brightfield coverslipped slides of 3 x 1 inch format. 1.2 The instrument and associated computer shall produce an output of a single file, representing an image pyramid, that can be viewed at different magnifications. 1.3 The imager shall have software/hardware capable of reading 1-D and 2-D barcodes and integrating this information into the image file name. 2. Specific features of the optics include: 2.1 A 20X objective, NA 0.75 2.2 The instrument must utilize a Kohler condenser for the transmitted illumination, with an appropriately matched numeric aperture (NA) to the objective (image collecting) lens. 2.3 The instrument shall provide positions for at least six (6) emission and six (6) excitation concurrent filters for fluorescent imaging. 2.4 Presence of an optical doubler to generate images at twice the spatial resolution (40X equivalent) as obtained with the 20X objective. 3. Specific features of slide loader include: 3.1 Loads 3 x 1 inch slides automatically 3.2 The instrument shall have an autoloader such that in excess of 300 slides can be loaded, and scanned independent of user intervention at one time. 4. Additional specific features of the instrument include: 4.1 The imager can generate an image of a composite of images captured at different focal planes (z- stack) for the entire slide. 4.2 The detector has a spatial resolution greater than 0.50 um/pixel at 20X and 0.25 um/pixel with the optical doubler in place. 5. The critical elements that are unique include: 5.1 One box for bright field and fluorescence. 5.2 Z-stack image of the entire slide. 5.3 300 slide capacity. 52.211-6 Brand Name or Equal. (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) How to Submit a Response: 1. Page Limitations: Interested qualified small business organizations should submit a tailored capability statement for this requirement not to exceed 10 single sided pages including all attachments, resumes, charts, etc. (single spaced, 12 point font minimum) that clearly details the ability to perform the requirements of the notice described above. All proprietary information should be marked as such. Responses should include a minimum of a two pages demonstrating experience over the past two years meeting the requirements of this notice. 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 (preferable 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. 2. Due Date: Capability statements are due no later than 11:00 am. EST on August 6, 2015. 3. Delivery Point: All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the unique specifications described herein. Written responses can be emailed to Reyes Rodriguez Contract Specialist at reyes.rodriguez@nih.gov or mailed to the address located under Point of Contact. All questions must be in writing and can be faxed to (240) 276-5399 or emailed. A determination by the Government not to compete this 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. In order to receive an award, contractors must have valid registration and certification in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA), through sam.gov. No collect calls will be accepted. Please reference number SBSS-N02RC52673-57 on all correspondence. 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, an RFQ may be published on FedBizOpps. However, responses to this notice will not be considered adequate responses to a solicitation(s). Point of Contact: Inquiries concerning this Notice may be direct to: Reyes Rodriguez 9609 Medical Center Dr, Room 1E128 Bethesda, MD 20892-9705 reyes.rodriguez@nih.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/FCRF/SBSS-N02RC52673-57/listing.html)
- Place of Performance
- Address: TBA, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03813450-W 20150730/150728235915-1e4e6f3f943929ccfad0363961c6bb0f (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 |