Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2017 FBO #5773
SOLICITATION NOTICE

66 -- An intelligent, inverted microscope system with 25mm FOV, fluorescence and imaging capabilities - Purchase Description

Notice Date
9/11/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
#333314 — Optical Instrument and Lens 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-RFQ-2017-658
 
Archive Date
9/30/2017
 
Point of Contact
Zenab A. Chowdhry, Phone: 3018276909, Nancy Lamon-Kritikos,
 
E-Mail Address
zenab.chowdhry@nih.gov,
(zenab.chowdhry@nih.gov, ontracting)
 
Small Business Set-Aside
N/A
 
Description
Purchase Description COMBINED SYNOPSIS / SOLICITATION COMPETITIVE Title: An intelligent, inverted microscope system with 25mm FOV, fluorescence and imaging capabilities. (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is HHS-NIH-NIDA-SSSA-RFQ-2017-658 and the solicitation is issued as a request for quotation (RFQ). 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 not expected to exceed the simplified acquisition threshold. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05- 2005-94 and 2005-95. Effective January 19, 2017 (iv) The associated NAICS code 333314 Optical instrument and lens manufacturing and the small business size standard unlisted. This requirement is full and open with no set-aside restrictions. (v) The purpose of this requirement is to obtain (1) An intelligent, inverted microscope with 25 mm FOV produced by Nikon Instruments, Inc. Brand Name Justification: This acquisition is conducted under the authority of the Federal Acquisition Regulations (FAR) Subpart 13.106-1(B) Soliciting from a single source (including brand name). This requirement is restricted to authorized resellers of the brand-name only Ti2-A Inverted Intelligent Flourescence Microscope manufactured by Nikon Instruments, Inc. 1300 Walt Whitman Rd Milvelle NY 11747. The Nikon Ti2-A Intelligent Microscope is the only inverted microscope that meets NIMH's requirements. Specifically, the Ti2-A is equipped with 25 mm sideports, which results in the largest field of view that is available for inverted microscopy. To take advantage of this larger side port, the Ti2-A is equipped with the Nikon DS-Qi2 cmos monochrome camera. The DS-Qi2 is the largest format cmos camera that is available. It is a 16.25 MP camera with a 36 mm x 23.9 mm sensor. The Ti2-A is equipped with Nikon CFI optics for both phase contrast and DIC imaging. Additionally the Ti2-A is configured with epi-fluorescence of the common fluorophores we use in our lab. The Ti2-A is configured with LED light engines for both transmitted and epifluorescent light sources. The transmitted light source can also be used in conjunction with the DS-Qi2 camera to take true color images with a monochrome camera. The system is run in NIS-Elements software which includes both acquisition and analysis packages essential to our ability to capture images and create publication quality data. The above described configuration and specifications are required both for daily monitoring and imaging of induced pluripotent cells (iPSC) and iPSC-derived neuronal cells generated from patients with neuropsychiatric disorders as well as controls. This latest imaging technology would greatly benefit disease modeling and functional genomic studies to investigate the biological role of genetic factors that contribute to risk for bipolar disorder and other neuropsychiatric disorders. Our lab requires this type of microscope to monitor cellular growth, health and morphology; to image, establish cellular identity as well as stem cell pluripotency through immunostaining with fluorescently-labeled compounds and provide documentation of these characteristics; to discriminate between phenotypes of cells derived from neuropsychiatric patients and those derived from controls and to obtain high-quality, publication-ready digital images of cells under various conditions such as responses to various drugs and stressors. The Ti2-A inverted microscope uses cutting-edge technology and is equipped with a Qi2 large format cMOS camera with the latest camera chip that takes advantage of the available wide field of view that permits recording in real time of disease-related phenotypes of diverse stem cell derivatives, particularly neuronal cells, from neuropsychiatric patients. (vi) The salient characteristics of this system include requirements for: 1. An inverted microscope platform 2. Intelligent features, including an intelligent DIC sextuple nosepiece, intelligent condenser turret, intelligent epi-fluorescent turret 3. LED light sources for both transmitted diascopic light and epi-fluorescent light 4. The transmitted LED light source must be triggerable red-green-blue to make fast, true color images using a monochrome camera. 5. The LED epifluorescent light source must be a white light source and include an internal shutter, which can be controlled in software. 6. The field of view (FOV) of the inverted microscope to the side camera ports must be 25 mm. Fly-eye lenses must be built into the light path to provide uniform illumination from edge to edge. 7. The microscope must include the necessary optics to do phase contrast. This includes 4X, and 10X Plan Fluor objectives with both Dark Low (DL) phase contrast. And 20X and 40X Plan Fluor objectives for Dark Low Low (DLL) phase contrast. 8. Additionally, two dedicated Plan Apo lambda lenses, a 20X 0.75 NA WD 0.66 mm and 40X 0.95 NA WD 0.17-0.25 mm objectives for dedicated fluorescent imaging must be included. The lambda coating to increase transmission is required on these objectives. 9. The system must come with a monochrome cmos camera. The camera should have 2.2 electrons of read noise with full well capacity. The camera must be a 16.25 MP cmos camera with 7.3 um pixels. The sensor should be 36.0 mm x 23.9 mm to take full advantage of the 25 mm sideport FOV. The camera must be able to run triggered acquisitions. 10. The system should contain a copy of required software. This software should include both image acquisition and analysis modules, including but not limited to image stitching, multichannel acquisition, time lapse, counting, intensity measurement, and full documentation for scale bars and annotation of the images. 11. A PC is to be included with this system that is 16 GB DDR4 RAM and 1 TB Hard drive. A 24" LCD monitor must be included as well. 12. The scope must be upgradable to laser based applications, such as point scanning confocal, spinning disk confocal, TIRF, or additional camera based detection. (vii) Delivery shall be 30-60 days ARO. (viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi) The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See attached full text of 52.212-5 for complete list of applicable clauses. (xiii) The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv) Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. In addition, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by September 15, 2017 at 3:00pm and reference number HHS-NIH-NIDA-SSSA-RFQ-2017-658. Responses may be submitted electronically to Zenab Chowdhry at zenab.chowdhry@nih.gov. Fax responses will not be accepted. (xvi) The name and telephone number of the individual to contact for information regarding the solicitation is Zenab Chowdhry at 301-827-6909.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-RFQ-2017-658 /listing.html)
 
Record
SN04671676-W 20170913/170911232635-c8afca6fa8cce46a14bb2f239eb797b4 (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.