Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
SOLICITATION NOTICE

66 -- Cell Imaging Multi-Mode Reader - Combined Synopsis Solicitation 4611989

Notice Date
9/12/2017
 
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 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-17-510
 
Archive Date
10/4/2017
 
Point of Contact
Danielle R. Brown, Phone: 301 480 2385
 
E-Mail Address
danielle.brown2@nih.gov
(danielle.brown2@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis Solicitation 4611989 - Cell Imaging Multi-Mode Reader Combined Synopsis Solicitation - COMPETITIVE Title: Cell Imaging Multi-Mode Reader Solicitation Number: HHS-NIH-NIDA-SSSA-CSS-17-510 (i)This is a request for quotation for commercial items prepared in accordance with the format in Subpart 8.4 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-CSS-17-510 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) Subpart 8.4 - Federal Supply Schedule (FSS) 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 2005-94 and 95, dated January 19, 2017. (iv)The associated NAICS code 334516 - Analytical Laboratory Instrument Manufacturing and the small business size standard is 1,000 Employees. (v)Salient characteristics (brand name or equal): BIOTEK Cytation 1 (CYT1V) or equivalent having the following salient characteristics: a)Imager featuring fluorescence and brighfield imaging b)Automated stage to image up to 384 well plates. c) Imager must feature 4-position LED slider. d) Imager must feature two position objective turret to accommodate objectives ranging from 1.25x to 60x. e) Software featuring automated label free cell-counting, image processing and image deconvolution. f) Software must have the ability to import unique imaging plate definitions including custom mitochondria respiration analyzer cell culture plates. g) Hardware must allow for field upgrades to plate reading capabilities for absorbance, fluorescence, luminescence, time resolved fluorescence for future projects. e) Software must feature image and laser based autofocus. f) Imaging controller must be included. REQUIRED HARDWARE a)Must be a compact, benchtop, standalone automated imager featuring fluorescence and brightfield imaging. Must be configurable to include multi-mode detection in the same system as a future upgrade. b)Must be capable of maintaining CO2 and O2 levels from 1-19% through a module with zirconium sensors. Gas levels must be maintained by connections to standard CO2 or N2 tanks or lines and not use premixed air. Must be capable of maintaining live cell environment for an extended period of time for up to a week without perturbation of sample. c)Must provide light tight imaging to limit light exposure during fluorescent imaging while preventing excessive leakage of gases during live cell imaging. d)Must have temperature control up to 45° featuring 4-zone temperature control for stringent maintenance across the plate. Uniformity must be demonstrated and verified by an independent temperature test plate or another verified method. e)Must be capable of adding a dual reagent injector with dispensing accuracy of at least +/- 1µL with dispensing volume between 5 µl and 1000 µl. Tips of this dispenser must be angled to prevent damage to cell monolayer. f)Must have condensation control to prevent blurry images in long term assays. Objectives and sample plate should be maintained at same temperature. g)Must feature 2 imaging modes- fluorescence and high contrast brighfield imaging. All light sources must be LED based. Fluorescence light sources must be a combination of LED and appropriate filter cube. They must be two separate components for mixing and matching for future assays. Must have at least 8 different LED light sources available. h)Must have a 4-position slider for holding fluorescence light sources. Filter cubes must range from deep UV wavelengths to near-infrared. i)Must have a 2-position objective turret. Must have magnifications from 1.25x to 60x. Objectives 20x and higher must feature correction collars for adjustment of height for slides, plates and tissue culture vessels. j)Must have stage inserts (adaptors) for custom-defined cell culture miniplates, microscope slides, petri and cell culture dishes (35 mm and 60 mm dishes), T25 and T75 cell culture flasks, counting chambers, chamber slides and well plates. Software shall be able to image any custom plate layout as long as the total vessel height is less than 24mm. k)Must have the ability to change light cubes and objectives without disturbing sample plate for multiplexing imaging post acquisition. l)Must have laser auto focus option. Must also have image-based autofocus and fixed focus option. m)Must have auto-exposure, and auto-light intensity features REQUIRED SOFTWARE a)The software must be used to control the instrument, acquire images and perform analysis. It must allow for "on-the-fly" analysis to adjust parameters. b)Software must have the ability to perform end point and kinetic reads. c)Software must have the ability to set partial plate exposures for multiple different protocols on the same plate and in the same kinetic run. d) Software must have single color, multi-color, montage, time lapse, and Z-stacking imaging methods. Raw, unaltered image must be saved and exported as a 16-bit TIFF. e)Software must feature post processing tools like background subtraction and deconvolution. Must have option to output images as TIF, JPG, BMP, PNG and GIF. f)Software must have the ability to stitch images and make movies. Must output movies as MP4 or WMV g)Software must provide automated cell counting, cell measurements, and image statistics. Software must also have option to provide spot counting, dual masking and intensity measurements. h)Future software upgrades must be included free of charge. System Warranty Contractor shall provide a minimum of a one (1) year warranty on the cell imager and a minimum of three (3) years on software. Contractor shall provide technical support service. Technical support service shall be on-site and/or virtual and include technical assistance and training on all service related issues. Vendor shall provide repairs if necessary during the warranty period and will cover all parts, labor and associated travel costs. All products shall be warranted to be free from material defects in workmanship or material under normal use and service for warranty period. (vi)The purpose of this requirement is to procure the Cell Imaging Multi-Mode Reader system or equivalent to perform automated cell imaging and image analysis. This instrument will allow for the normalization of mitochondrial functional data and account for individual variability. Background Information and Objective: Following the direction of Dr. Frances Collins, NINDS has initiated an effort to study Post-Infectious Myalgic Encephalomyelitis/Chronic Fatigue Syndrome (PI-ME/CFS). This disorder refers to chronic and disabling fatigue, inability to recover after exercise, and physical and emotional discomfort occurring after a person has an infection. Protocol 16-N-0058 (Myalgic Encephalomyelitis/Chronic Fatigue Syndrome at the NIH) requires in vitro investigations of possible mechanisms underlying ME/CFS including mitochondrial respiration measurement. Mitochondrial respiration needs to be measured on the same day as the blood draw. Therefore, it is crucial to normalize the data to cell count immediately after the functional analysis on a mitochondria respiration analyzer. This instrument will perform analysis in an automated manner thereby eliminating variability from manual analysis. This will substantially improve the consistency and quality of the dataset and allow us to compare data from each patient at the end of the study. (vii)Delivery Schedule: Within 8 Weeks After Award (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: (1) Technical Approach; (2) Past Performance; and (3) Past Performance. (b)Technical approach is significantly more important than cost or price. (c)Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (d)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. FAR clauses at 52.209-10, 52.233-3, and 52.233-4, Prohibition on Contracting with Inverted Domestic Corporations, Protest After Award, and Applicable Law for Breach of Contract Claim, respectively, apply to this acquisition. (xiii)The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiv)QUESTION & ANSWER PERIOD Interested contractors may submit questions relating to this requirement. Questions shall be submitted to the contract specialist, Danielle R. Brown, via email at danielle.brown2@nih.gov by or before Monday, September 18, 2017 at 12PM EST. Late questions shall not be accepted. Questions will be anonymized and answered and the answers will be provided as soon as possible after the question deadline via RFQ modification. Should no questions be received, no amendment shall be posted. (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. 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. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. 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 Tuesday, September 19, 2017 at 12PM, Eastern Standard Time, and reference number HHS-NIH-NIDA-SSSA-CSS-17-510. Responses may be submitted electronically to Danielle R. Brown, Contract Specialist, at Danielle.brown2@nih.gov. Fax responses will not be accepted. (xvi)Please contact Danielle R. Brown, Contract Specialist, at Danielle.brown2@nih.gov or (301) 594-1928 with any questions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-CSS-17-510/listing.html)
 
Place of Performance
Address: 10 Center Drive, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04673633-W 20170914/170912232512-f4c427f4505c1a0042cbad5d7ebdb76f (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  © 1994-2020, Loren Data Corp.