Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 06, 2016 FBO #5401
SOLICITATION NOTICE

66 -- Purchase of Multi –Photon Microscope, Leica IHC/ISH Research Platform, and a Leica Digital Pathology Whole Slide Scanner

Notice Date
9/4/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 3155, MSC 9593, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-2016-741
 
Archive Date
9/28/2016
 
Point of Contact
Gwennifer Epps, Phone: 3014519242
 
E-Mail Address
eppsg@mail.nih.gov
(eppsg@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Combined Synopsis/Solicitation Brand Name or Equal (COMPETITIVE) The National Institute on Aging (NIA) is a part of the National Institutes of Health (NIH), has the requirement to procure the following brand name item: Leica TCS SP8 Spectral Confocal and MultiPhoton system, Bond RXm Processing Module, Bond RX System Control kit, Aperio Versa 200, and Powervar Allinone line conditioner mod, from Leica Microsystems Inc., 14008 Collections Center Drive, Chicago IL. 60693, USA or Equal. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The combined synopsis/ solicitation number remains the same: HHS-NIH-NIDA-SSSA-2016-741. This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5- Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold. The Government contemplates only one award of a Firm-Fixed Price contract. The Associated North America Industry Classification Code (NAICS) 334516 and the Business Size Standard is 1000 employees. It has been determined there are no opportunities to acquire green products or services for this procurement. Background: The mission of The National Center for Advancing Translational Sciences (NCATS) is to apply 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. This purchase will ultimately increase the capability to optimize biochemical, cellular and model organism-based assays submitted by the biomedical research community; and perform automated high-throughput screening (HTS) and high-content screening (HCS). Also, the Probe Development group is part of The National Center for Advancing Translational Sciences (NCATS). The Probe Development group utilizes 3D bioprinting techniques to generate tissues which will be used to perform studies into causes and treatments of various diseases. This approach can provide data more relevant to the whole body response than traditional studies which use two dimensional cell cultures. Initial research is being performed to advance fabrication techniques and protocols. Purpose and Objectives: The purpose of this acquisition is to purchase a Leica Multi Photon Microscope, a Leica IHC/ISH Research Platform, and a Leica Digital Pathology Whole Slide Scanner. This request will enable NCATS and the Bioprinting group to optimize Tissue Engineering techniques by providing a means to evaluate cell morphology in engineered tissues. Project requirements: The contractor shall provide and install a Leica Multi Photon Microscope, a Leica IHC/ISH Research Platform, and a Leica Digital Pathology Whole Slide Scanner. Including the below: Leica TCS SP8 Spectral Confocal and Multi­Photon system: DMi8CEL Inverted Microscope Spill protection for DMi8 Optical Outfit EL6000 XY Scanning Stage inverted Scan optics module VISIR with rotation Tandem scanner 8 kHz (Conventional and Resonant Scanning) SP8 LIAchroics Compact RGB Two Internal Detector Channels (PMT) One Internal Detector Channel (HyD) Laser 405 nm DMOD Compact Visible Lasers 488nm, 552nm, and 638nm Mai Tai DeepSee prepared (without MP Laser) Quad DMi8 Hyd RLD 2ch/PMT RLD 2ch Premium Workstation, Monitor Filter Cube HyD­RLD 2ch GFP / mCherry Beamsplitter Quad LP 560nm Computer table small, 80x80 cm Custom TMC Air Table and Compressor HCS­A High Content Screening Automation Confocal module with patented filter­free spectral Leica SP detector for up to five individually regulatable channels. Highly efficient spectral separation by unique prism design. Equal brightness between channels due to W­shaped slit design. Leica LIAchroics are low incident angle dichroic beam splitters custom designed by Leica Microsystems in­house. The LIAchroic approach allows steeper cutoff and higher transmission than other dichroic beam splitter designs resulting in high contrast images. Scan optics with VISIR coating for highest transmission from 400­ 1300 nm. Independent optical scanfield rotation up to 200 degrees by a highly transparent Abbe­Koenig rotator design. True Confocal Scanning system (TCS) with unique X2Y design warrants planar, parallax­free illumination enabling the largest field of view. Switchable between resonant and non­resonant mode for optimal scanning speeds. Using resonant scanning a higher fluorescence quantum yield and reduced photobleaching are achieved. The continuously adjustable speed of the non­resonant scanner (1 ­ 1800 Hz) is ready for single molecule imaging, image correlation and imaging of rapid dynamics alike (up to 72 frames / second at 512 x 32 scan format). The maximal image resolution of 64 Megapixels allows sampling optimally, also with low magnification lenses. Completely redesigned UV / 405 nm light path offers highly stable 405 and 355 nm laser incoupling. Multiphoton option with high power femtosecond laser for deep tissue imaging. Precompensation for optimization of pulse width is fully integrated in LAS AF for easy control. Premium HP workstation with high performance GPU for fast handling of large data sets. High brilliance 30" LCD screen for the best presentation of image data. LAS AF 3 imaging software provides intuitive control over the hardware of the SP8LIA MPPREP HCSA. Image acquisition, processing and quantification are all offered in one extendable package. Bond RXM IHC & ISH Research Platform BOND RXm Processing Module - No: 49.1501 Bond RX System Control Kit - No: 21.2710 POWERVAR All­in­one line conditioner mod - No: 8109799 Slide Scanner Aperio VERSA 200, Brightfield & Fluorescence Versa System UPS 110VAC NAS drive for VERSA scanners Obj. HC PL APO 40x/0.85 CORR 100 Aperio VERSA 200 BF & Fluorescence - No: 23VER200BFX001 200 Obj. HC PL APO 40x/0.85 CORR - No: 11506294 300 Leica DM Cube Spectrum Red - No: 23FLRET4930672 400 Leica DM Cube Spectrum Orange - No: 23FLRET4930572 500 Leica DM Cube Spectrum Green - No: 23FLRET493037 600 Leica DM Cube DAPI - No: 23FLRET4900072 700 Versa System UPS 110VAC - No: 23VER8X2UPS110 800 Obj. HC PL APO 20x/0.80 - No: 11506529 900 VERSA Analytics­Multistain and IF - No: 23VSWGENXXX006L 1000 Filter system Y3 ET, k - No: 11504169 1100 VERSA Analytics Workstation - No: 23VSRWORKSTATION 1200 Installation - No: 23AINSTALL Mandatory Criteria/Requirements: 1) Multi Photon Microscope o System must use a single prism as the Primary element for spectral separation because a prism has uniform and high transmission (>95%) across the entire visible spectrum. Experiments will include imaging large data sets with short and long wavelength fluorophores of varying intensities and dynamic ranges. A grating for spectral separation will not be acceptable due to lower overall efficiency and non-uniform spectral diffraction. o System must include 3 simultaneous and completely independent spectrally tunable detectors, gap-free, and each with their own primary gain. The system must be upgradeable to 5 simultaneous spectral detectors. This will allow for maximum spectral flexibility and efficiency in selecting optimal emission bands for a wide variety of fluorophores and fluorescent proteins. o System must include 2 Internal Spectral and 2 External NDD Hybrid GaAsP detectors (HyDs), not GaAsP PMTs because samples will include extremely bright and dim structures within the field of view. Only HyDs have the required dynamic range (up to 300 mega-counts per second for HyDs vs only up to 5 mega-counts per second for GaAsP PMTs). o System must include an 8,000 lines-per-second Resonant Scanner that allows continuous scan field rotation and continuous zoom (64X) because this will allow us to critically orient elongated specimens parallel to the X scanner and facilitate faster image acquisition, up to 300 frames per second with 4 channels active simultaneously. o System must include a special IR APO 25X/0.95 Water Immersion objective (high transmission up to 1300nm) with 2.4mm of free working distance and be corrected for use with a coverslip. This will allow us to image fluorescently labelled cells on the far side of a thick scaffolding in a special chamber. o System must include an IR APO 40X/1.1 Water Immersion objective with motorized correction collar to facilitate remote adjustment via software and remote control panel during large Z series acquisition. This will facilitate optimized correction for aberrations when imaging thick samples at depth without disturbing the sample environment. o System must include a Galvo Z Stage for real-time XZ scanning of slides, dishes, and multi-well plates to allow visualization of thick samples in a single scan. o System must include a high precision XY Scanning stage for tile scan (mosaic) imaging, mark and find time lapse experiments, and high content screening. o System must include hardware and software for high content screening, with the ability to define a "focus map" for non-uniform, undulating tissue. This will preclude the need for larger than necessary Z series and increase acquisition speed for large tile scans and multi-well plate imaging. o System must include a laser safety enclosure for MP imaging with temperature and CO2 control for long term time lapse imaging of live cells and tissue. o The instrumentation must be able to fit onto table with footprint of no greater than 1500 mm x 1950 mm, with the computer on a table of no more than 80 cm x 80 cm, to so that it will fit comfortably into the room allotted. 2) IHC/ISH Research Platform o System must be able to fully automate more than just IHC staining, it must also be able to automate ISH/FISH/IF testing. This will give the lab flexibility and the ability to meet varied research project request while giving the lab a platform for growth. o System must be fully able to fully automate baking/dewax/antigen retrieval/ and staining of slide in less than 2.5 hours for IHC testing. Full automation allows for consistent staining results tech-to-tech and day-to-day and improves TAT, efficiency, and productivity in the lab. o System must have a truly open reagent system and the ability to use 3rd party detection systems, antibodies, and molecular probes. In addition, system must be able to utilize predefined protocols or to easily customize protocols. This is necessary so that the lab may meet the varied research project requests and the demands of many primary investigators. o System must use a cover tile technology for preserving tissue & cellular morphology. A cover tile is necessary for protecting tissue and preventing tissue loss, for applying reagents gently to tissue, and for creating a reaction chamber which prevents tissue drying while delivering excellent staining results. o System must be self-contained with no water & waste hook-ups required. It must also be able to separate out hazardous waste from non-hazardous waste. This is important because allows the lab to use space efficiently without external requirements and improves safety in the lab by separating out hazardous waste. o System must be able to easily automate multiplexing of IHC/IF/ISH stains. Being able to look at more than one stain on a single slide is ever more paramount in histology and this will allow the lab to meet the more complex requests of researchers and investigators. o System must be able to change heated marker steps and add/remove wash steps as necessary. The ability to successfully customize robust staining protocols is imperative and being able to change the heated marker and wash steps allow for the use of 3rd party probes which is especially important for the denaturation and hybridization of tissue for ISH & FISH testing. o System must have an easy to use graphical user interface and the stainer should require minimal maintenance. The ability for all users to easily operate the instrument with minimal weekly & monthly maintenance is important to maintain efficiency and productivity in the lab. o System should be a bench top stainer and not more than 31" wide or 31" deep fully self-contained. Very efficient use of counter space and ability to place it in the lab were best fits into current work flow is imperative. o System should be a barcode driven system using OCR (optical character recognition) technology and it should be able to read both 2-D & 3-D barcode, system should have a 30-slide capacity in 3-drawers of 10-slides which can be run independently of each other for continuous throughput, and system should hold at least 36-reagents. A barcode driven system with OCR technology ensures consistent staining quality and leaves no room for operator error due to missing or inadequate reagents to complete a staining run. The ability to independently operate 3 drawers of 10-slides each allows for continuous throughput unlike batch stainers which will make the lab more efficient, productive, and increases TAT. 3) Slide Scanner o The slide scanner is a high speed automated imaging scanner that can scan both bright field and high resolution fluorescence whole slide images on one integrated platform to allow both types of scanning in the same batch. o Must be an automated microscope for true 40X and 63X high magnification scanning, and for high resolution bright field and high resolution fluorescence images. o System must have motorized z-focus to automate focusing while scanning and for Z-stacking of fluorescence images o Must have 8x fluorescence cube positions to allow for custom filter changing to accommodate multiplex assays being run. o Must have an automated camera changer to have ability to scan brightfield and fluorescent slides in the same batch o The controller must be high specification computer using windows 7 operating system an, 64 bit with 126GB RAM to allow for faster scanning, processing, and for standardized integration to the network o Brightfield Colour camera is USB 3 camera 2048 x 2048 pixels (4.1 MP), 90 FPS,CMOS, 5.5um pixels, 40 fps o Fluorescent monochrome camera is high sensitivity and high quantum efficiency for fluorescent scanning, 2560 x 2160 pixels (5.5MP) o Automated slide loader with up to 200 slide capacity accommodating four - 50 position racks to allow for large 200 slide batches or to add slides racks to running batches. o Must have slide label image reader and barcode reader model Keyence SR-700 to import and document meta data from each slide o Must be able to include an automated slide oiler with high capacity oil well for large batches for high resolution scanning using 40X or 63X oil objectives to achieve better resolution of images where dry objectives cannot achieve. o Actual Objectives available for true resolution 1.25X, 5X, 10X, 20X, 40X (dry or oil), 63X (dry or oil) o Must contain filter positions to support up to eight separate channels for multi-channel and multiplexed fluorescence imaging. o Must come with Fluorescent multistain separation image analysis to allow for area or cellular immunofluorescence quantitation of whole slide images o Must be able to include Network Attached Storage Drive (NAS) 2.0 GHz quad-core processor, 6x 6TB HDD pre-installed using RAID5 configuration giving 22TB of usable storage, with 4x Ethernet ports, 3x USB 3.0, 2x USB 2.0, 1xHDMI in order to have a simple local starage device to manage all of the images. o Must be able to direct export images to.SCN file format allowing automatic integration into eSlide Manager Data Management System which enables a centralized data management system to keep meta data and images, search and retrieve images or data, sharing projects across researchers, access from outside network, batch image analysis, or ability to run smart pattern tissue recognition software or TMA lab analysis in the future. o Must be able to open images using ImageScope viewer to allow scientists to access a whole slide image viewer with some anatomic annotation tools like a length measurement tool, area annotation tool, and an area image analysis tool that are all built in. o System must be able to be integrated to a server for data management, network sharing, or server side analysis o Image analysis can be performed using the Aperio suite of analytic tools integrated in eSlide Manager or by using Versa software system analytics. o Must be able to include and perform tissue microarray (TMA) segregation scanning and analysis using integrated TMA software. Equipment Warranty: NIA requires that the above-described system come with a one year warranty. Delivery and Installation: The delivery and installation date will be determined after receipt of award. Delivery must be FOB Destination and must include inside installation. The equipment shall be delivered and installed between the hours of 8:00 am and 5:00 pm, Bethesda, MD local prevailing time, Monday through Friday Payment: Payment shall be made after the successful acceptance and inspection of the delivery, installation, of furniture. Payment authorization requires submission and approval of an invoice to the NIA COR and NIH Commercial Accounts. BASIS FOR AWARD: Offerors must provide descriptive literature or other materials that demonstrate their offer meets the forgoing requirements. The contract will be awarded to the responsible offeror with the lowest price offer that fully meets the requirements of the solicitation. QUOTATIONS ARE DUE: All responses must be received by September 13, 2016 at 11:00 AM, EST. Please reference solicitation number HHS-NIH-NIDA-SSSA-2016-741 on all correspondence. NOTE: The vendor must submit a response/quote to this solicitation in order to be considered for an award. All questions, and quotes, must be received electronically (via email) to Gwennifer Epps, Contracts Specialist, eppsg@mail.nih.gov. in MS Word or Adobe Portable Document Format (PDF). No telephone calls or facsimiles will be accepted. NOTE: Respondents proposing on an equal product of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2006- 87-2, dated April 6, 2016. PROVISIONS AND CLAUSES: The following provisions and clauses will be incorporated by reference: 52.211-6 Brand Name or Equal (a) If an item in this solicitation is identified as quote mark brand name or equal, quote mark 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 quote mark equal quote mark products must meet are specified in the solicitation. (b) To be considered for award, offers of quote mark equal quote mark products; including quote mark equal quote mark 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 modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate quote mark equal quote mark 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 quote mark equal quote mark product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items: The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the proposal. The Government reserves the right to make an award without discussions. 52.212-3 Offerors Representations and Certifications Commercial Items (November 2013) WITH DUNS NUMBER ADDENDUM (52.204-6 (July 2013): 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items (January 2014). The following additional FAR clauses cited in this clause are applicable: (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402) 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.222-3, Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-37 Employment Reports on Veterans 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-1 Buy American Act - Supplies 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer System for awards Management 52.246-2 Inspection of Supplies-Fixed Price No collect calls will be accepted. In order to receive an award, contractor must be registered and have valid certification in the Central Contractor Registration (CCR) and the Online Representation and Certifications Applications (ORCA) through sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-2016-741/listing.html)
 
Place of Performance
Address: National Institute of Health, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN04254912-W 20160906/160904233053-e6632b3ded13059a366ad4606ee69c8c (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.