Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2016 FBO #5210
SOLICITATION NOTICE

66 -- Whole Slide Scanner - FDA-RFQ-1162583

Notice Date
2/26/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services - Rockville, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001, United States
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-RFQ-1162583
 
Archive Date
3/25/2016
 
Point of Contact
Lisa K. Yaw, Phone: 2404024018, Sean Wybenga, Phone: 240-402-7629
 
E-Mail Address
lisa.yaw@fda.hhs.gov, sean.wybenga@fda.hhs.gov
(lisa.yaw@fda.hhs.gov, sean.wybenga@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Whole Slide Scanner Part 1 - Description The U.S. Food and Drug Administration's (FDA) Center for Drug Evaluation and Research (CDER) has a requirement for a digital pathology whole slide scanner which will be used to investigate integrative signaling between growth factors and developmental pathways in situ within formalin-fixed paraffin-embedded and froze tissue sections. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a separate written solicitation will not be issued. This solicitation is a Request for Quote (RFQ) using FAR Parts 12 and 13 procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-86. The North American Industry Classification System (NAICS) code for the proposed acquisition is 334516, Analytical Laboratory Instrument Manufacturing. The associated small business standard is 500 employees. This requirement is for a small business set-aside. Part 2 - Supplies or Services and Prices/Costs Purchase Order Type: Firm-Fixed Price Base Year ManufacturerProduct CodeDescriptionQuantityPrice Digital Pathology Whole Slide Scanner System and Accessories Shipping Installation and training One (1) year warranty on parts, labor, and travel Total Firm-Fixed Price Option Years Option YearDescriptionPrice 1Service Agreement 2Service Agreement 3Service Agreement 4Service Agreement Total Firm Fixed Price The total price for the base and four option years is $____________. Part 3 - Description/Specifications 3.1 Background CDER/OBP has a requirement for a digital pathology whole slide scanner which will be used to investigate integrative signaling between growth factors and developmental pathways in situ within formalin-fixed paraffin-embedded and froze tissue sections. Using in-situ hybridization technology or immuno-histochemical techniques, OBP will be able to investigate multiple signaling pathways while maintaining tissue architecture and morphology. Understanding this integrative signaling will provide insight on adverse events, product efficacy, and biomarkers of beneficial and detrimental patient responses associated with targeted therapeutics. The current slide scanners available within OBP are not capable of providing the scanning requirements needed to conduct critical research. 3.2 Statement of Work/Technical Specifications The Digital Pathology Whole Slide Scanner system shall include: 1.Scanner: •Shall scan 12 slides at a time •Shall scan formalin-fixed paraffin-embedded and frozen tissue sections •Shall scan brightfield and multi-channel fluorescence in the same machine •Shall have automatic slide loading, previewing, barcode reading, and scanning (acceptable slide formats of 25 X 75 mm; 0.95 - 1.05 thickness) •Shall have manual camera changer up to 2 objectives and motorized objective changer •Shall be no larger than 70 x 50 x 50 cm (W x D x H) 2.Camera and Optics Module: •Shall have at least 4 megapixel monochrome and multispectral illumination camera for fluorescence •Shall have at least 4 megapixel camera for brightfield imaging •Shall have brightfield and fluorescence (up to 9-channels) capability •Shall have brightfield magnification of 25X and 40X (upgradable to 50X and 80X) •Shall have fluorescence magnification of 20X and 40X (upgradeable to 64X) •Shall have brightfield illumination with halogen lamp (5W) •Shall have fluorescence illumination with metal halide (120W) •Shall have quad band filter cube for DAPI/FITC/TRITC/Cy5 •Shall be able to be upgraded with Cy7 filter cube •Shall have extended focus, Z-stack function 3.Image Acquisition Module: •Shall have brightfield scanning speed (15 X 15 mm) of 150s at 25X •Shall have fluorescence compensation •Shall have digital slide format of MRXS, JPG, and JPG 2000 4.Computer Module: •Shall include high performance desktop workstation with high resolution (2560 X 1440 pixel) 27-inch widescreen monitor for slide viewing, mouse, and keyboard •Shall have scanner control software •Shall include HASP local dongle •Shall include viewing, database, and archiving software •Shall include quantitative image analysis software with the following capabilities: •Chromogenic in situ hybridization (CISH) signal and tissue morphology analysis •Fluorescence in situ hybridization (FISH) signal and tissue morphology analysis 5.Delivery, Installation, Training and Warranty: •Installation shall include of the installation of the system and all components, as well as calibration, quantification, and software installation •Shall include a demonstration/training for lab personnel •Shall include a warranty for at least one (1) year from date of installation which covers all labor, parts, and travel expenses required for repairs for equipment and software. Technical support and troubleshooting assistance shall be provided via phone, email, or live-chat interface. 3.3 Optional Service/Maintenance Agreement The FDA shall have a unilateral right to exercise optional periods to continue the maintenance work described below: The offerors pricing for optional service agreement shall include coverage of labor, parts and travel expenses. Parts- The service plan will include all Original Equipment Manufacturer (OEM) certified parts. Services On-site- The contractor will initiate corrective maintenance/repairs within 48 hours from the service call. The repairs will be completed within 72 hours from the on-site arrival of the technician/service engineer. There will be no limit to the number of on-site repair service visits. The service shall be delivered by an authorized OEM service provider. Services Off-site- Technical support and troubleshooting assistance will be provided by the contractor via phone, email, or live-chat interface within 1 hour of initial contact. Part 4 -Performance and Deliverables 4.1 Place of Performance and Work Hours All applicable equipment is located at the location listed below. Normal workdays are Monday through Friday except US Federal Holidays. Work hours are typically from 8 am to 5 pm (et). Service visits shall be coordinated with TBD, see below. Location and Point of Contact: Food and Drug Administration White Oak Campus (WO52-72) 10903 New Hampshire Avenue Silver Spring, MD 20993 ATTN: TBD The slide scanner system will be delivered to the WO Bldg 52/72 Loading Dock, and transported to WO bldg 72 room 2229 assembly. 4.2 Period of Performance The equipment shall be delivered by June 1, 2016. The warranty shall start when equipment is installed and accepted by FDA and be in effect for one year. Optional Periods DeliverablePeriod of Performance Option Period 1 -Service AgreementTo begin 1st year following receipt of equipment Option Period 2 -Service AgreementTo begin 2nd year following receipt of equipment Option Period 3 -Service AgreementTo begin 3rd year following receipt of equipment Option Period 4 -Service AgreementTo begin 4th year following receipt of equipment Part 5 -Contract Administration 5.1 Representative's The Contracting Officer's Representative (COR) will perform inspection and acceptance of materials and services to be provided. For the purpose of this PART, (COR TBD) is the authorized representative of the Contracting Officer. The COR is responsible for the following as required by this order: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the Statement of Work and any other technical performance requirements; (3) performing technical evaluations; (4) performing technical inspections and acceptances; and (5) assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as an agent of the Government under this order. Only the Contracting Officer has authority to: direct or negotiate any changes in the order, including modifying or extending the period of performance, changing the delivery schedule, authorizing reimbursement to the Contractor for any costs incurred during the performance of this order, or otherwise change any terms and conditions of this order. The contact information for the Contracting Officer is the following: Sean Wybenga U.S. Food and Drug Administration Office of Acquisitions and Grants Services 5630 Fishers Lane Rockville, MD 20857 Sean.Wybenga@fda.hhs.gov; (240) 402-7629 The contact information for the Contract Specialist is the following: Lisa Yaw U.S. Food and Drug Administration Office of Acquisitions and Grants Services 5630 Fishers Lane Rockville, MD 20857 Lisa.Yaw@fda.hhs.gov; (240) 402-4018 The contact information for the Contractor is the following: (TBD)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-RFQ-1162583/listing.html)
 
Place of Performance
Address: Food and Drug Administration, White Oak Campus (WO52-72), 10903 New Hampshire Avenue, Silver Spring, MD 20993, United States
Zip Code: 20993
 
Record
SN04032858-W 20160228/160226234712-248f4c0c9709711edb97335525463c96 (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.