SOURCES SOUGHT
66 -- Histology Instrumentation for NCATS Laboratory (Brand Name or Equal)
- Notice Date
- 7/20/2016
- 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, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SBSS-16-550
- Archive Date
- 8/12/2016
- Point of Contact
- Lauren M. Phelps, Phone: 3015942490
- E-Mail Address
-
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Request for Information/Sources Sought Notice HHS-NIH-NIDA-SSSA-SBSS-16-550 Histology Instrumentation for NCATS Laboratory Contracting Office Address: 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, MD 20892, UNITED STATES. Introduction: This is a 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 large business and small business sources, (2) whether they small businesses 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) large and small business 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. Background: The National Center for Advancing Translational Sciences (NCATS) applies the tools of small molecule screening and discovery to the development of chemical probe research tools for use in the study of protein and cell functions, and biological processes relevant to physiology and disease. NCATS uses bio-printing tissue engineering techniques to optimize biochemical, cellular and model organism-based assays submitted by the biomedical research community. NCATS is opening a new bio-printing suite and requires histology instrumentation for research purposes. To ensure all histology efforts have comparable data, all equipment in the bio-printing histology suite must be compatible. Purpose and Objectives for the Procurement: The purpose of this acquisition is to purchase histology instrumentation for the NCATS Bio- Printing and Histology Suite on a brand name OR EQUAL basis. Project Requirements: The NCATS requires histology instrumentation which meets the brand name OR EQUAL specifications detailed below. One (1) Microtome [Thermo Fisher Part No. 905200ER] A.Microtome must be equipped with proper safeguards to eliminate accidental starts. B.The unit must have at least a 72 mm vertical cutting stroke to accommodate a broad range of specimen sizes including super mega cassettes. C.The unit must come with a wraparound waste tray that completely surrounds the blade holder. The tray must be able to be removed quickly and easily to tip waste into a waste receptacle. D.The microtome must have XY fine orientation controls located such that the user does not have to reach over the microtome blade. E.Unit must have a mechanism, such as cross roller bearings, to help maintain calibration of the flywheel. F.Unit must have levers on the blade holder to adjust the blade clearance angle, blade clamp, and horizontal position. The levers must be removable after adjustment to avoid accidental shift and to free work area from less frequently used levers. G.Microtome must have a trimming and feed selection control. H.Microtome must have a programmable cutting window to allow Increased sectioning speed. I.Microtome must brake in at least four different ways (such as mechanical brake, magnetic brake, emergency stop on the unit, and foot pedal) so that the user can easily apply the brake at any time ensuring safe operation. One (1) Slide Printer [Thermo Fisher Part No.A83900004] A.Unit must be no larger than 9.1" x 4.8" x 11.5". B.Slide printer must print directly on the slide using dry print media so that there is no drying time needed C.Slide printer must have black type. D.Slide printer must be able to print 2D and linear barcodes. E.Must have an automatic slide feed with the ability to manually load one slide at a time F.Slide printer must be able to print a slide every 7 seconds or less. G.Unit must have more than two connectivity ports (such as USB, Wi-Fi, Ethernet, and Bluetooth) H.Unit must have a digital imager to scan barcodes. The imager must be built-in to allow for a smaller footprint and reduce superfluous cables. One (1) Embedding Center [Thermo Fisher Part No. A81000002] A.Unit must have a separate cold storage unit B.Unit must have an integrated paraffin trimmer. C.Embedding center must have paraffin tank with at least 5 liter capacity. D.Instrument must have an adjustable lighting level E.Unit must have an independently controlled targeted light to position directly onto the area where a user will position a tissue, as well as auxiliary lighting. F.Embedding Station must be able to hold large capacity and hold at least 8 organizer baskets that are compatible with a Tissue Processor. G.The unit's Cold Plate must be able to hold at least 72 Standard base molds H.The unit must have a paraffin drain valve to drain waste wax and tissue tank One (1) Tissue Processor [Thermo Fisher Part No. A82300001A] A.Unit must have a touch-screen interface. B.Unit must have downdraft ventilation around chamber opening to eliminate exposure to fumes when lid is opened. Fumes from the down-draft ventilation must be passed through an appropriate filter for comprehensive removal of formaldehyde. C.Unit must have the ability to use reagents directly from manufacturers' bottles (no need to transfer/ no pouring). D.Unit must automatically dispense waste wax into a disposable waste wax tray which may be discarded. E.Unit must automatically rotate alcohols and xylenes/subs when reagent replacement is required, so only one bottle needs to be replaced for each reagent group. F.Tissue Processor must measure specific gravity and monitor the quality of the first alcohol- and alert the user when replacement is necessary. G.Unit must have chamber in which the cassette baskets are rotated for superior agitation leading to high quality and consistent processing. H.Tissue Processor must be able to have a Xylene-free processing application that can maintain a temperature of 45C. I.Unit must have Auto-Underfill Recovery system to safely continue processing in the event of an underfill. J.Unit must have an integral USB port for downloading programs, quality control (QC) information, event logs, and complete instrument setup for QC record-keeping and/or back-up purposes. One (1) Slide Stainer with Coverslipper [Thermo Fisher Part No. A81500001CV] A.The slide stainer must have a footprint no larger than 5690 cm2 and use baskets compatible with the coverslipper B.The slide stainer must have battery back-up to continue staining in the event of a power failure C.The slide stainer must have an integrated USB port to allow the user to save protocols, instrument setup, and QC files for printing and/or back-up D.The control software on the slide stainer must be capable of storing at least 50 programs in memory E.The slide stainer must have the option of on-board heating stations and have 5 independently heated oven stations F.The slide stainer must have the option to connect exhaust extraction to protect from venting fumes into the laboratory G.The slide stainer must have built-in lighting to allow the user a high clarity view of the staining area H.The software on the slide stainer should have a feature to enable users to recall to the load door any previously loaded rack of slides without requiring the user to place their hands inside a running stainer. I.The software on the slide stainer must have afeature that enables users to prioritize new slide racks for processing ahead of previously loaded racks. J.Staining pots must be capable of holding at least 320 ml of reagent and of being cleaned in a dishwasher to minimize manual cleaning K.The software on the slide stainer must be access-code protected and must have a feature that provides an efficient layout of reagent buckets in order to reduce travel time of the robotic arm. L.The coverslipper must have battery back-up that allows any loaded racks to have all slides coverslipped even in the event of a main power failure. M.The coverslipper must allow 2 types of mountant: 1) Xylene based mountant and, 2) toluene based mountant for use with Xylene substitutes N.The coverslipper must have software that detects the type of slide preparation (tissue slide vs. cytology slide) and number of slips dispensed, as well as the number of slide baskets waiting for coverslipping. O.The coverslipper must recognize cytology and histology samples and automatically appliy the appropriate amount of mountant for each P.The coverslipper must be equipped with proper precautions to prevent accidents, such as being non-operational when any of its doors are open. Q.The coverslipper must have downdraft ventilation and operate with a charcoal filter to keep mountant fumes away from user R.The coverslipper must have a touch screen panel for ease of use. S.The coverslipper must have capacity of loading up to five baskets at a time T.The coverslipper must be able to handle up to eleven baskets at a time to accommodate higher through put days when Histology and Cytology use the instrument at the same time U.The coverslipper must have a removable debris and purge tray to make cleaning easier V.The coverslipper must be able to accomodate pre-loaded coverslip holders that can hold up to 500 coverslips, to eliminate the need for constant manual feeding. W.The coverslipper must be able to handle slides of size 1.0-1.2mm. One (1) Fluorescence Cell Imaging Microscope [Thermo Fisher Part Nos. AMF4300, AMEP4650, AMEP4651, AMEP4652, AMEP4656, AMEP4680, AMEP4681, AMEP4682, AMEP4700, AMEPVH009, AMEPVH001, and AMEP4644] A.System must be a single compact integrated unit including: cell imaging system, digital camera, computer, high power fluorescence lighting system and LCD display B.System must include high output illumination LEDs with integrated fluorescence band-pass excitation and emission filters for each light. C.Fluorescence LED light source must be a single, interchangeable unit that can be easily installed, removed and exchanged D.Fluorescence LED illuminators must have a lifetime of approximately 50,000 hours at 100% power E.System must automatically recognize which lights are installed and adjust the software configuration accordingly F.LED illuminators must have independent intensity controls. G.System must be able to simultaneously accommodate 4 fluorescent LEDs H.System must include an integrated high-sensitivity monochrome interline camera with resolution comparable to 1.4 million 3.75 um pixels I.System must be able to accommodate a minimum of 5 objectives at once J.System must be able to include 4x, 10x, 20x and 40x phase contrast fluorite objectives K.System must be able to include 1,25x, 2x, 4x, 10x, 20x, 40x, 60x and 100x apochromatic objectives L.System must include a translation stage with SBS microplate opening and accessory vessel holders M.The entire system footprint including all computer and monitor components must not exceed 18.5" depth x 14.0" width N.System must consume less than 20 W/h with all illumination sources turned to the on position O.System must provide RGB channel overlay P.System must be able to sequentially acquire a phase contrast image and a fluorescence image, and then overlay them automatically Q.System must include time lapse imaging capability with automatic.avi movie creation R.System must include manual cell counting capability, free downloadable software updates and accommodate multiple user accounts S.System must have at least one DVI output port and three USB output ports with direct output to USB and networked storage T.System must provide the following output file formats: jpg, bmp, tif, and png One (1) Cryostat [Thermo Fisher Part No. 957230L] A.The cryostat must have motorized chamber height adjustment from 32 in - 44 in (82m - 112 cm) to support both standing and seated operation to accommodate user preferences B.The cryostat must have fine section thickness range 0.5 - 100 µm One (1) Digital Dry Bath/Block Heater [Thermo Fisher Part No. 88870002, 88870119, 88870115, 88870110] A.Dry bath must include heat blocks for 50mL conical tubes, 2mL vials, and 13mL test tubes. B.Dry bath must be able to reach a temperature up to 80C. One (1) Immunostaining Kit including 250 cover plates and two slide racks for IHC hand staining. [Thermo Fisher Part No. 73310017, 72110013] Two (2) Slide Holders for drying in a microwave or drying oven. [Thermo Fisher Part No. SH460] One (1) parafilm trimmer to remove excess wax from the outside of a tissue cassette after embedding. [Thermo Fisher Part No. B3120205] One (1) digital paraffin section mounting bath. [Thermo Fisher Part No. E65D/120] One (1) oven for drying a baking histology slides [Thermo Fisher Part No. PR305225M] One (1) small flammables storage cabinet for localized storage of small quantities of flammable laboratory chemicals. [Thermo Fisher Part No. 890400] One (1) Slide and one Block Cabinet [Thermo Fisher Part No. 161001 and 161301] A.Must be stackable One (1) Laboratory Marking Pen [Thermo Fisher Part No. 1451 ] Training Requirements: The Contractor shall provide end-user training to teach NCATS employees to operate the system hardware and software. Training shall be provided by an Original Equipment Manufacturer technician. Warranty Requirements: The Contractor shall provide a one (1) year warranty on all equipment, parts and repairs except where damage is deliberate, instrument is dropped or misuse beyond instructions provided. All products shall be warranted to be free from material defects in workmanship or material under normal use and service for the warranty period. Anticipated Contract Type: A firm fixed price contract in accordance with FAR Part 12: Commercial Items is anticipated. Period of Performance/Delivery Requirements: The anticipated contract period of performance is sixteen (16) weeks from date of award. The contractor shall deliver and install the required equipment within sixteen (16) weeks after receipt of order. Delivery must be FOB Destination and must include inside installation. The equipment shall be delivered and installed between the hours of 8:00am and 5:00pm, Rockville, MD local prevailing time, Monday through Friday. The contractor shall provide a company certified service technician to perform installation. Place of Performance: The required equipment shall be delivered and installed inside at NIH/NCATS; Building B; 9800 Medical Center Drive; Rockville, MD 20850 Capability Statement: Contractors that believe they possess the ability to provide the required equipment should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The capability statement should include 1) the total number of employees, 2) documentation of ability to provide the required equipment, 3) any contractor GSA Schedule contracts by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Contractors must also 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 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. All capability statements sent in response to this Sources Sought Notice must be submitted to Lauren Phelps, Contract Specialist, via email at lauren.phelps@nih.gov before the closing date and time of this announcement. All responses must be received by the specified due date and time in order to be considered. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your 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 review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government anticipates negotiation of a firm fixed price contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-16-550/listing.html)
- Place of Performance
- Address: Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN04190298-W 20160722/160720235329-bd93dbd4477f1115f58173bb88a0c07f (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 |