Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2018 FBO #6075
SOURCES SOUGHT

66 -- High Throughput Microplate Confocal Imager system for High-Content Screening

Notice Date
7/10/2018
 
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
NIHDA201800325
 
Archive Date
8/4/2018
 
Point of Contact
Hunter A Tjugum, Phone: 3018275304
 
E-Mail Address
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION This is a Small Business Sources Sought (SBSS) notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice is issued to help determine the availability and type of qualified Small Business companies technically capable of meeting this potential 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. The notice is strictly for research and information purposes only. The information requested will assist the Government in determining the appropriate acquisition method including small business socio-economic set-aside possibilities and to determine the availability of qualified Small Business companies technically capable of meeting the Government's potential requirement. All Small Business companies with the capability and availability to perform the requirement under the applicable NAICS code are invited to submit a response to this notice. NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE The NAICS code applicable to this requirement is 334516 Analytical Laboratory Instrument Manufacturing with size standard 1000 employees. BACKGROUND The National Center for Advancing Translational Sciences (NCATS) purchased one (1) High Content Screening System Opera Phenix from PerkinElmer Health Sciences, Inc on September 26, 2014. The Tissue Printing Lab from the Division of PreClinical Innovation (DPI) of NCATS seeks to purchase, on a Brand-Name or Equal basis to the PerkinElmer Opera Phenix High Content Screening System, quantity one (1) High Throughput Microplate Confocal Imager system for High-Content Screening (HCS) that should be compatible with the currently running software, protocols and analysis routines developed on the existing PerkinElmer Opera Phenix HCS. The DPI laboratory requires this system to monitor and record cellular-level biological activities or changes in intact, living cells. As part of the tissue development verification and testing processes, tissues will be analyzed using High Content Imaging. Tissues take weeks to develop. As a tissue develops, it must be measured and monitored to track its development and record any relevant data. In order to measure fluorescence and colorimetric data in tissues, the DPI requires a High Content Imaging System. After tissue development, tissues will be screened for response to drugs. The High Content Imaging System will be essential to efficiently obtain data from our screens and provide results from our assays. Purpose and Objectives This Sources Sought notice seeks to determine eligible sources capable of achieving the essential features of this potential requirement to obtain a High Throughput Microplate Confocal Imager system for High-Content Screening with the specifications described in this notice. Project Requirements Contractors submitting a response to this Sources Sought notice shall possess the ability to achieve the essential government features specified herein. Offerors to this Sources Sought notice shall document evidence of being able to provide the subject requirement in accordance to the PerkinElmer Opera Phenix High Content Screening System or its equal. The PerkinElmer Opera Phenix High Content Screening System that meets the needs of this requirement include the following PerkinElmer Part Numbers: HH14000000, HH14000001, HH14000121, HH14000302, HH14000501, HH14000420 HH14000742, HH14000603, HH17000004, HH17000003, HH14000402, HH14000403, HH14000407, HH14000405, HH14000421, HH14000422, HH14000423, HH20110151, HH14000750, HH14910000, HH14000888, REGDELHCS, and SERVICE. The High Content Screening System (HCSS) must meet the following salient characteristics: 1. The HCSS must be a complete self-contained high content screening system with internal imaging optics and plate scanning hardware and software designed to automatically image and analyze multi-well plates up to 1536 wells. 2. The HCSS must include a Micro Lens Enhanced Dual Spinning Disk Confocal Unit with fifty (50) micron (um) pinhole diameter and at least 550 um spacing between pinholes. 3. The HCSS must include two (2) Scientific Complementary Metal Oxide Semiconductor (sCMOS) Cameras as Detectors with at least 4.4 million pixels each for simultaneous two (2) channel capture. 4. The HCSS must provide a confocal optical system which separate excitation of adjacent fluorescence channels in time and space to reduce spectral crosstalk during simultaneous multicolor confocal imaging. 5. Fluorescence excitation must be provided by solid state lasers with the following characteristics: 405 nanometers (nm) with at least 200 milliWatts (mW) power; 488 nm with at least 150 mW power; 561 nm with at least 100 mW power; 640 nm with at least 140mW power. 6. The HCSS must include at least an eight (8) position emission filter wheel for each detector to provide flexibility for using multiple fluorescent dyes or proteins. 7. The HCSS must include a six (6) position objective turret. 8. All objectives must be barcoded for automatic recognition and configuration. 9. The HCSS must include at least three (3) simultaneously mounted water immersion objectives. 10. The HCSS must include an integrated Water Pump Kit to provide continuous water feed. This shall enable the use of the water immersion objectives for scanning an entire multi-well plate. 11. The HCSS must include Digital Phase Contrast to provide visualization and segmentation of unstained cells. The HCSS must keep live cells functioning normally and eliminate the need for nuclear dyes which destroy cellular function. 12. The HCSS must allow simultaneous on-line acquisition, analysis and evaluation of images and data. 13. Data analysis must be possible at both the single cell and plate level to provide results from assays in the selected format. 14. The HCSS must include single cell tracking software. This is needed for cell lineage experiments. 15. The HCSS must provide advanced morphology features (equal to or exceeding the "STAR method" (Symmetry, Threshold compactness, Axial or Radial)) that allow quantification of various aspects of the form and structure of objects e.g. elongation, symmetry, and smoothness of the border and spatial distribution of intensity of texture features. 16. The HCSS must include texture analysis which uses pixel distribution to select objects for quantitation when neither simple intensity Thresholding nor STAR morphology will work. 17. The HCSS must include Machine Learning software for pattern recognition selection for analysis. The software must allow users to train the system to select and quantitate specific types of cells, etc. by simply drawing on the objects of interest. 18. The HCSS must include an environmental chamber to control temperature and carbon dioxide concentration. The environmental chamber must permit use of all optical techniques including transmitted light brightfield and Digital Phase Contrast. 19. The HCSS must be field upgradable to a total of four (4) sCMOS Camera Detectors for 4 channel simultaneous image capture, to be incorporated as an option for additional quantity. The field upgrade must be possible with no system downtime while the upgrade is performed. 20. The HCSS must come with basic user training for at least 5 different users and 16 total hours. The training can be provided for the users at the same time in a group setting. 21. Installation and inside delivery to be performed by the contractor. Delivery: Offerors should indicate an estimated delivery time in full after receipt of an order and any other training or factory warranty schedules in accordance with standard commercial practice, as applicable. Inspection and acceptance will be performed at a Government facililty located at 9800 Medical Center Drive, Rockville, MD 20850. CAPABILITY STATEMENTS SOUGHT Interested parties are expected to review this notice to familiarize itself with the requirements of this project. Failure to do so will be at your firm's own risk. Respondents 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 this announcement; (d) quantity; (e) shipping, handling, and/or installation instructions, and/or any special delivery conditions after receipt of an order. Respondents that believe that they are manufacturers or authorized re-sellers of the equipment 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; (d) quantity; (e) estimated price or cost; (f) shipping, handling, and/or installation charges; and delivery date after receipt of order. 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. The information submitted must be in outline format that addresses each of the elements of this requirement. A cover page and an executive summary may be included but is not required. The response is limited to ten (10) pages. 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. Respondents must reference the subject announcement number on all correspondence related to this Small Business Sources Sought notice. The response must be submitted to Hunter Tjugum electronically, at hunter.tjugum@nih.gov, and be received prior to the closing date specified in this announcement. CONCLUDING STATEMENTS 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 pre-solicitation 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/NIHDA201800325/listing.html)
 
Record
SN04984840-W 20180712/180710231016-1261d62ce2c9a25a72b2e80e0ad36309 (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.