Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2018 FBO #6085
SOURCES SOUGHT

66 -- Mass Cytometry Imaging System for Mass Cytometers

Notice Date
7/20/2018
 
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
NIHDA201800365
 
Archive Date
8/14/2018
 
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) at the National Institutes of Health (NIH) was officially established in fiscal year 2012 to transform the translational science process so that new treatments and cures for disease can be delivered to patients faster. NCATS, one of 27 Institutes and Centers (ICs) at NIH, strives to develop innovations to reduce, remove or bypass costly and time-consuming bottlenecks in the translational research pipeline in an effort to speed the delivery of new drugs, diagnostics and medical devices to patients. The Division of Pre-Clinical Innovation (DPI) at NCATS plans, conducts and uses both internal and contract resources to advance collaborative research projects across the pre-clinical phases of the translational science spectrum. Specifically, this division: Plans, conducts and collaborates on research to develop new methods and technologies to enhance pre-clinical processes; Plans, conducts and collaborates on research to evaluate existing and developing approaches, technologies, and processes in the pre-clinical spectrum; Supports training programs relevant to pre-clinical phases of translational science; Allocates DPI resources to pre-clinical extramural and intramural investigators; Collaborates with other NIH Institutes and Centers and the scientists they support; Consults with stakeholders, including patients, industry and regulators. The Stem Cell Translation Laboratory (SCTL) is a new state-of-the-art research facility within the DPI and is dedicated to addressing the scientific and technological challenges in the induced Pluripotent Stem Cells (iPSC) field. The progress made in stem cell biology over the past decade has opened up many new possibilities for basic and translational scientists worldwide. iPSCs are particularly useful because scientists can differentiate them into many cell types to use for research or therapies. NCATS purchased one (1) Helios CyTOF (Mass Cytometer) System from Fluidigm Corporation, located at 7000 Shoreline Court, San Francisco, CA, 94080, on September 27, 2016 via contract award no. HHSN271201600050A. SCTL has a potential requirement to purchase, on a Brand-Name or Equal basis, quantity one (1) Mass Cytometry Imaging System for mass cytometers, to the Hyperion Imaging System Package for Mass Cytometers, to be efficiently operable with the existing Helios CyTOF System manufactured by Fluidigm. The Hyperion Imaging System manufactured by the Fluidigm Corporation is a high-parameter imaging system capable of analyzing up to 50 individual parameters at single-cell resolution in tissue sections, including protein markers at subcellular resolution in fixed tissue sections and cell smears. The Hyperion Imaging System Package for Mass Cytometers is comprised of a Hyperion Tissue Imager, a Helios and the Hyperion software for data acquisition and visualization. This system will allow SCTL to study the effects of multi-cell type micro-environment, spatial relationships to the differentiation process, and cell fate commitment. During organismal development, a cell's location determines its exposure to growth factors and interaction with adjacent cells. SCTL scientists will also gain the added availability to record spatial information including cell morphology, localization, and cell interactions of the microenvironments. As a result, SCTL scientists will be able to perform highly parallelized epitope analysis (multiplex up to 50 target proteins). Metal-labeled antibodies results in no background signals and the linear dynamic range is at least 5 orders of magnitude. The Hyperion Imaging System is an imaging-based cytometry that provides highly sensitive marker expression signals using metal-labeled antibodies and is capable of recording the spatial information of tissue or multi-cell types culture and can simultaneously measure up to 50 protein marker expression at single cell level with the information of cell location. 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 Mass Cytometry Imaging System for Mass Cytometers containing the specifications described in this notice. The purpose of this potential requirement is to obtain one (1) Imaging System Package for Mass Cytometers, which allows Stem Cell Translation Laboratory (SCTL) scientists to perform image analysis, as well as integrated single-cell proteomics (CyTOF measurements) with image-based spatial information to investigate spatial and phenotype interaction at the single cell level. The Mass Cytometry Imaging System for Mass Cytometers must 1) provide detailed quality control (QC) standards to define pluripotency and differentiated cell types; 2) use multi-omics methods to assess molecular and cellular variations/signatures in cellular phenotypes derived from iPSCs; 3) develop standardized methods for producing mature cells from iPSCs that meet QC and reproducibility standards; and 4) discover, validate and disseminate small molecule reagents to replace expensive recombinant proteins, xenogenic material and undefined media components in cell differentiation protocols. SCTL scientists will be able to deeply interrogate tissues and tumors at subcellular resolution while preserving the information in tissue architecture and cellular morphology to uncover new biomarker correlations and cell interactions. This allows researchers to detect discrete signals from each ionized metal tag based on differences in mass instead of wavelength at 1 Da resolution, and in contrast to fluorescence results, get uniform staining with minimal background. 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 Hyperion Imaging System Package for Mass Cytometers or its equal. The Hyperion Imaging System Package for Mass Cytometers manufactured by Fluidigm Corporation that meets the needs of this requirement include the following list of Product Name and Part Numbers: 1. Hyperion Imaging System Package for Mass Cytometers (Item # 108701); 2. Hyperion Tissue Imager Installation (Item # 108604); 3. Hyperion Tissue Imager 101 Training (Item # 108601); 4. Hyperion Tissue Imager 201 Training (Item # 108600); 5.Hyperion Tissue Imager Preventive Maintenance (Item # 108605). The salient charactersitics that need to be met by this potential requirement include the following specifications: Mass Cytometry Imaging System Package for Mass Cytometers including Computer and Software and tissue imager that includes Nd:YAG deep UV solid state laser for ablation at 20Hz (tuning only), and 100/200Hz (ablation); Optical system with UV focusing components of laser source to < 1um2 ablation spot size; Ablation chamber with a sample slide positioning stage for sub-micron positioning accuracy and Coupling system for connection between the Tissue Imager and the Helios for transferring ablated sample streams to the ICP for analysis consisting of the following technical specifications: Power: 200 VA; Operating voltage: 100-240 VAC; Operating frequency:50/60 Hz; Power dissipation, full load: <75 W; Recommended Operating Temperature: 18-25 °C; Optimal Temperature: 21°C ± 1 °C; Height: 134 (53) cm (in); Operating Height: 132 (51) cm (in); Width: 56 (22) cm (in); Depth: 56 (22) cm (in); Weight: 170 (375) kg (lbs); Input: AC Power, Argon Gas, Helium Gas, Sample Slide; Output: Ablated Sample, USB 2.0 communication cable, USB 3.0 camera, Trigger (Data acquisition card). 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/NIHDA201800365/listing.html)
 
Record
SN05001549-W 20180722/180720231059-b5ae4667e9a303dc3adedd4fea6def5c (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.