SOLICITATION NOTICE
66 -- Acquisition of a 12-channel dual camera ImageStream ISX Mark II imaging flow cytometer
- Notice Date
- 9/2/2017
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
- ZIP Code
- 20852
- Solicitation Number
- N02RC72596-76
- Archive Date
- 9/13/2017
- Point of Contact
- Catherine Muir, Phone: (240) 276-5434
- E-Mail Address
-
muirca@mail.nih.gov
(muirca@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E144, Bethesda, MD 20892, USA. Description: National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Genome Integrity, Flow Cytometry Core Facility, plans to procure on a sole source basis a 12-channel dual camera ImageStream ISX Mark II imaging flow cytometer that is manufactured by Amnis/EMD MilliporeSigma, Corp. 290 Concord Road Billerica, MA 01821 USA. The response close date of this notice for this requirement is in accordance with FAR 5.203(a)(1). This acquisition will be processed under FAR Part 12 - Acquisition for Commercial Items and in accordance with simplified acquisition procedures as stated in FAR Part 13.106-1(b)(1), and is exempt from the requirements of FAR Part 6. The North American Industry Classification System code is 334516 and the business size standard is 1,000 employees. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. The equipment shall be delivered and installed, and training completed within 120 days of purchase order. It has been determined there are no opportunities to acquire green products or services for this procurement. The research program in the Laboratory of Genome Integrity is focused on the exploration of the causes and effects of genomic instability, mechanisms of DNA repair and the study of DNA repair breakdown as an initiating or protective event in aging and cancers. The program will emphasize a mechanistic understanding of the pathways that maintain genomic integrity, the intersection of these pathways with normal cellular physiology and cancer and the application of these insights to the development of new therapeutic strategies. The laboratory has made major contributions towards a detailed understanding of DNA repair pathway selection as a primary influence on genomic stability and drug resistance/sensitivity in breast and ovarian cancers and the influential role of DNA repair proteins in the promotion of specific hematological malignancies. The Laboratory is also expanding its efforts in the areas of cellular identity and development by examining the differentiation of hematopoietic stem cells into early T-cell lineage progenitors. This new program will place particular importance towards a comprehensive understanding of the cellular signals that influence hematopoietic progenitor migration, the transcription factors that positively and negatively impact T-cell lineage selection and the contribution of deregulated normal developmental processes in T-cell aging and cancer. The Laboratory of Genome Integrity also manages a state-of-the-art flow cytometry core that houses four cell sorters, four cell analyzers and serves the scientific needs of over 200 scientists and 80 different principal investigators every year. This facility will continue to provide both routine as well as highly specialized sorting services to members of the CCR-NCI community. The Contractor shall provide the following salient physical, functional, and performance characteristics, inclusive of hardware and/or software specifications, that are deemed essential to the needs of the Government: PRODUCT FEATURES/SALIENT CHARACTERISTICS The following product features/characteristics are deemed essential for this requirement: The instrument must be a benchtop imaging flow cytometer that meets the following specifications: a. Be capable of acquiring cells in flow up to 5,000 events per second and provide high throughput rapid image analysis of up to millions of cells for structural, morphological and rare event analysis within a reasonable time frame. b. Be capable of illuminating cells with a minimum of 4 lasers of high power (higher than traditional flow cytometers) of excitation wavelength of 488nm/200mW (blue), 642nm/150mW (red), 405nm/120mW (violet), and 561nm/200mW (green) to allow for the possible most versatile excitation of existing fluorochromes and fluorescent reagents. c. Be capable of detecting fluorescence emitting cells with a minimum of 10 fluorescent channels with optical bands pass filters in the range of 450nm, 530nm, 580nm, 620nm, 660nm (off both red and green lasers simultaneously), 690-710nm (off both blue and green lasers simultaneously), and 760nm (off both red and green lasers simultaneously) to allow for the possible most versatile detection of existing fluorochromes and fluorescent reagents and allow the utilization of up to ten different fluorescent labeled markers on each cell. d. Be capable of capturing dark field images using a long wavelength laser source to provide detailed structural information on cells. e. Be capable of capturing bright field images to provide detailed structural information on cells and to allow rare event verification. f. Utilize two separate charge-coupled device (CCD) cameras simultaneously to detect light and multiple fluorescent light signals. The cameras must be distinctly linked to separate laser lines. This is necessary to allow spectral separation of fluorescent signals of the same emission wavelength derived from different excitation lasers (see above "c"). g. Be capable of continuously monitoring the focal point of cells in flow and adjust camera focus accordingly. This is critical since cells in continuous flow in a core stream will move along the z-axis enough to frequently move out of focus and render image acquisition ineffective. Rapid camera focus adjustment may be achieved by using fluorescent tracking beads that are continuously monitored in the background during sample acquisition. h. Utilize multiple optical magnifications. Expected magnifications include 20x, 40x and 60x (or above) range with sufficient numeric aperture lenses (0.5-0.9) that can provide detailed, high quality structural and morphological cell images. The system must be capable of detecting not only cells but subcellular organelles, structures and be capable of detecting spatial localization and co-localization of fluorescent signals with a resolution of up to 0.3um pixel size. Multiple magnification is necessary to allow targeted analysis of larger events (entire cells) vs. smaller events (subcellular organelles and intracytoplasmic or intranuclear aggregates and foci). i. Be capable of using alternate focus modalities: high focusing accuracy to detect localization and co-localization of small, subcellular particles vs. broad depth of field imaging to allow whole cell imaging and acquisition of cumulative fluorescent signals from entire cells. j. Availability of high performance, dedicated image software with specific ability to analyze potentially hundreds of morphological characteristics on thousands of cells combined with multiple fluorescent signals. Special algorithms must be applied to identify and exclude out-of-focus events from the analysis. k. The analysis software must be intelligent and adaptive such that it can discover hidden patterns from a very large number of quantitative data. The software should also support traditional two-dimensional flow cytometry display not only with fluorescent signals but appropriately quantified morphological features to allow heuristic identification of unique, consistent features of the analyzed cells beyond traditional fluorescent intensity measurements. l. The analysis software must be capable of direct visualization of every individual event from a recorded image gallery. This is critical as one major use of the instrument is rare event analysis where visual verification is critical for highly confident identification of cells of interest. DELIVERY / INSTALLATION Delivery address: National Institutes of Health National Cancer Institute 37 Convent Drive Building 37, Room 6011 Bethesda MD, 20892 Item shall be delivered within 120 days of purchase order. TRAINING The system must include installation, familiarization, and a customer training class for three (3) operators. Additional training must include at least three (3) days consulting time by an experienced trainer at the customer site or at the manufacturer's facility to help with assay development, implementation and data analysis using the instrument software. Further experimental planning, data analysis and interpretation assistance shall be included by remote access to the manufacturer's experts. PAYMENT Payment shall be made in arrears after delivery, installation, inspection and acceptance, and successful completion of the required training stated above. Payment authorization requires submission and approval of invoices to the NCI Technical Point of Contact and the NIH Office of Financial Management (OFM), in accordance with the payment provisions in the order. The following clause is applicable to all Purchase Orders, Task or Delivery Orders, and Blanket Purchase Agreement (BPA) Calls: PROMPT PAYMENT (JUL 2013) FAR 52.232-25 This equipment is manufactured by Amnis/EMD MilliporeSigma, Corp. The proposed source is the only known source on that provides an imaging flow cytometer with all of the technical requirements stated above. The proposed equipment is essential to the Government's requirement, and market research indicates there are no other companies with a similar product to meet the Government's needs. This notice is not a request for competitive quotation. However, if any interested party, especially small businesses, believes it can meet the above requirement, it may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement. Responses must be received in the contracting office by 2:00PM EDT, on Sept. 12, 2017. All responses and questions must be in writing and faxed (240) 276-5401 or emailed to Catherine Muir, Contracting Officer via electronic mail at muirca@mail.nih.gov. A determination by the Government not to compete this proposed 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. No collect calls will be accepted. In order to receive an award, Contractors must be registered and have valid, current Entity Record, including current Representations and Certifications, in the System for Award Management (SAM) through SAM.gov. Reference: N02RC72596-76 on all correspondence.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC72596-76/listing.html)
- Record
- SN04660426-W 20170904/170902230149-7c5c1c981c746698d6b7b5ec6ee9916f (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 |