SOURCES SOUGHT
66 -- IN Cell Analyzer 2500HS System
- Notice Date
- 8/4/2017
- 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, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
- ZIP Code
- 20892-9559
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SS-2017-677
- Archive Date
- 9/2/2017
- Point of Contact
- Jermaine Duncan, Phone: 3018277515
- E-Mail Address
-
jermaine.duncan@nih.gov
(jermaine.duncan@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE 1.Solicitation Number: HHS-NIH-NIDA-SSSA-SS-2017-677 2.Title: IN Cell Analyzer 2500HS System 3.Classification Code: 66 - Instruments and laboratory equipment 4.NAICS Code: 334516 Analytical Laboratory Instrument Manufacturing Description: 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 the availability and capability of all qualified sources to perform a potential requirement. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Background: TRND is requesting to purchase an IN Cell Analyzer 2500 HS system to replace their existing IN Cell Analyzer 2000. This request will enable the NCATS/TRND group to increase the capability to optimize phenotypic screens involving lysosomal storage disorders, infectious diseases such as Zika virus, and immunofluorescence assays which are widely used for stem cell work.A functioning IN Cell imager is paramount to the functionality of TRND group. The IN Cell system is to be used to handle the existing protocols of imaging assays previously established by this group. TRND's IN Cell 2000 is 7 years old, and has experienced frequent problems with the z motor, which is due to both instrument age and design issues experienced with the 2000 model. GE Healthcare, the manufacturers of the IN Cell, have acknowledged these issues, and have agreed to a trade-in of the IN Cell Analyzer 2000 for an IN Cell Analyzer 2500HS, resulting in a significant discount. In addition to resolving issues with functionality, the upgrade to a newer model will improve sensitivity, as the IN Cell 2500 switched from a xenon lamp to the more sensitive LED lamp. TRND group relies heavily on the IN Cell system for phenyotypic screening projects, and it is imperative that the issues we have had with the malfunctioning 2000 be resolved. Purpose and Objectives: The purpose of this procurement is the acquisition of an INCell Analyzer 2500HS Project requirements: Generic Name of Product: Fully Automated Fluorescent Microscope with Laser Capture Microdissection and Line-Scanning Confocal Modules Purchase Description: Generic Name of Product: Cell Analyzer Brand name: IN Cell Analyzer 2500HS Manufacturer's name: GE Healthcare Bio-Sciences Corp Model, type, catalog no: IN Cell Analyzer 2500HS: 29248665 IN Cell 2500 and 6500 Liquid Handling: 29248665 IN Cell Analyzer live cell plus module: 29251074 IN Carta image analysis v1.x 1 seat promo: 29178556 Physical/functional/performance features of the product: Camera: sCMSO Depth: 25.0 in Height: 26in Width: 44.4in Weight: 233 lbs Imaging modes: Widefield, 2D deconvolution, transmitted light, DIC, Phase Light Source: Seven-color solid state illuminator for fluorescence excitation. White LED for transmitted light. Features of the product that are essential to the government's needs: -The system has a fully automated components including; an 8 position emission filter wheel (with a quad bandpass emission filter for DAPI, FITC, Cy3, and Cy5 imaging), 4 position objective turret, motorized spherical aberration correction objective collars, and polychroics (with optional FRET capability). -Objectives range from 2X to 100X including standard and high NA options. -A user selectable Preview Scan feature which allows the user to quickly scan a designated area of interest to find a sample or object of interest. A manual Microscope Mode allows the user to switch objectives, filters, focus, fields of view on the fly as would be conducted in a manual system. The system has 3 modes of quantitative image deconvolution processing which can be used to increase the contrast and resolution of digital images. -The system has a laser-based, high-speed autofocus module for maximum throughput as well as contrast based software autofocus with several algorithms and search routines for maximum flexibility. The system can utilize both hardware and software autofocus or use each independently as needed. -In addition to epifluorescence imaging the system will have the ability to collect images in brightfield (including digital phase and DIC imaging). -The system will also have the ability to control temperature from ambient to 42 C as well as provide regulate humidified CO2 and O2. There will also be an option for on board liquid handling (addition or removal of 10-100 ul of liquid) with the ability to capture images during liquid handling events. -Other features include review scanning features which allows for automatic protocol linking, on the fly image analysis. Smart scan and Spheroid Scan modalities can be used for rapid primary screening in low magnification, whole well imaging with subsequent hit identification and secondary screening at higher magnification of only the wells of interest (all in a sequential manner in the same plate). -The system is capable of plate imaging for standard SBS footprint samples (including 6 well to 1536 well as well as custom maps with plate building software) in addition to slide imaging for up to 4 slides at a time. -The system shall have seven color solid state illumination excitation light source which has an average lifetime of 10,000 hours of on time and microsecond on/off switching (as compared to the previous system's metal halide lamp which had an average life time of 1200 hours -Excitation filters have millisecond switching times, and much less even illumination in the imaging field of view. Additionally, solid state illumination has much less ultra-violet light bleed through which is much gentler on live cell assays (UV induced phototoxicity is a major issue in live cell imaging). -A large format (2k x 2k chip size) 5.5 mp, 16 bit sCMOS camera has a dynamic range of 65,536 grey levels (as compared to a 12 bit CCD camera with 4096 grey level detection with higher electron noise and lower dynamic range). The sCMOS camera currently has a max frame rate of 80+ frames per second as compared to ~3 frames per second with the CCD camera in the IN Cell 2000. -The 2500HS also has an optimized light path for the new illumination hardware. -Due to these improvements, average read times for the 2500HS are approximately 80% faster than the IN Cell 2000. A 384 well plate with 4 fields of view and 4 colors (100 msec exposure) takes ~7 minutes on the IN Cell 2500HS. Quantity: 1 Delivery Date: One-Time delivery within approximately 4-5 weeks after receipt of order Other important considerations: None Capability statement /information sought. Interested parties shall submit a capability response that clearly demonstrates the ability to provide the required services. Responses may include: •respondents' opinions about the difficulty and/or feasibility of the potential requirement or proposed acquisition, possible solutions and approaches that may currently exist in the marketplace, and information regarding innovative ideas or concepts; •information regarding respondents': (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information; •general information regarding the respondent's estimate or rough order of magnitude of the effort or time that may be required for completion of the work. (NOTE: This type of information may only be requested as part of an RFI. However, care must be exercised in requesting such information. Information requested must be: (a) necessary; (b) broad in scope; and (c) used for planning purposes only. Detailed estimates must not be requested.); The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc., pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The information submitted must be must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted. The response must be submitted to Jermaine Duncan at e-mail address Jermaine.Duncan@nih.gov The response must be received on or before 11 a.m. on 8/18/2017 Eastern Time. "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, a presolicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. 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(s)."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-SS-2017-677/listing.html)
- Record
- SN04613011-W 20170806/170804231145-372126ee8d5d20347de7d542f9ed1f90 (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 |