Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 15,2000 PSA#2537

National Institute of Standards & Technology, Acquisition & Assistance Div.,100 Bureau Drive Stop 3572, Bldg. 301, Rm B117, Gaithersburg, MD 20899-3572

70 -- HARDWARE AND SOFTWARE FOR MICROSCOPY IMAGING SYSTEM SOL 53SBNB060040 DUE 030300 POC Brenda K. Lee (301) 975-6394 WEB: NIST Contracts Homepage, http://www.nist.gov/admin/od/contract/contract.htm. E-MAIL: NIST Contracts Office, Contract@nist.gov. 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. Quotations are being requested and a written solicitation will not be issued. Solicitation 53SBNB060040 is issued as a Request for Quotation (RFQ) using Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15. The Standard Industrial Classification (SIC) code is 7372 and the size standard is 18M. This action is set aside for small business. The National Institute of Standards & Technology (NIST) intends to obtain hardware and software for Microscopy Imaging System in accordance to the specifications identified below. The Contract Line Item Number (CLIN), quantities, and unit of issues are as follows: CLIN 0001, 1 each PC Analytical Imaging Software, CLIN 0002 1 each 12 month extended support contract to include software updates and consultation. CLIN 0003 Roper CoolSnap FX, CLIN 0004 LEP 4.75 x 4.00 XY motorized stage for Zeiss Inverted Microscope, CLIN 0005 LEP stage controller in MAC2002 Frame, CLIN 0006 LEP XZ-Axis Focus unit for Zeiss Inverted Microscope, CLIN 0007 Z-axis focus controller card, CLIN 0008 LEP Single excitation filter wheel, CLIN 0009 LEP Filter wheel controller card, CLIN 0010 LEP excitation emission flange for Zeiss, CLIN 0011 Uniblitz shutter with Zeiss mounts, CLIN 0012, Installation of Hardware and Software, CLIN 0013 One set of manuals. The Government requires the imaging system shall include all hardware and software to control x-y location of specimen on microscope stage, z-axis focus, digital imaging of specimen, and allow control of shutters and filters. Software shall also permit image processing and analysis, and manipulation of image for presentation. Specifications for the hardware components shall include the following: (a) CCDcamera with 12bit or greater resolution, operating at 20MHz, cooled to a minimum of -35 deg C (e.g. Roper CoolSnap FX). (b) Controller unit that accommodates controller cards that drive stage movement, focus control, and shutter and filter positions. Must include controller card for Z focus attachment, potentiometer for manual Z focus control, and RS-232 interface cards, XY motorized stage controller cards, and digi-i/o cards for peripheral devices required for future system expansion (e.g. LEP Z Focus Controller in MAC 2002 Frame). Controller unit shall provide additional interface slots to accommodate filter wheel controller. Control of all peripheral devices via the imaging software shall be accomplished from a single RS-232 port on the computer. (c) Focus controller that attached directly to microscope's focusing knob and provide a minimum resolution of 0.01 microns (e.g. LEP Z Focus Unit). (d) Motorized XY Stage (e.g. LEP Motorized XY Stage) for an inverted microscope Zeiss. Stage must have an overall travel of 4.74 inches in the X direction and 4 inches in the Y direction. Stage shall have a minimum resolution of .1 microns and a minimum repeatability of 2 microns. Stage shall include XY controller cards that interface directly into the MAC 2002 frame. Stage inserts shall be available for glass slides, petri dishes, and terasaki plates. (e) Electronic shutters (e.g Uniblitz), and electronically driven filter wheel (e.g. LEP) for excitation with positions for at least 6 filters, mounting hardware, and controller card, controller card shall interface directlly into the MAC 2002 Frame and control a maximum of two single filter wheels and 3 electronic shutters. The Government requires the following requirements to be included in the software. They are as follow: (a) Shall be PC-based. (b) Shall run under RedHat Linux operating system. (c) All hardware functions shall be controlled by the imaging software. (d) Automatic and manual control of specimen translation and focus. (e) Control filter wheel and shutters.(f) Control camera image acquisition and binning. Must permit 16 bit image acquisition, display and processing. Must allow muti-camera image acquisition. Must permit user selectable read out region, binning factor, exposure time, and gain setting. (g) Must be capable of video frame averaging, summing, background subtraction and time lapse acquisition. (h) Automatic identification of objects (e.g. cells) in image field. (i) Automatic object sorting, counting, distribution. (j) Automatically quantitative cell area and cell aspect ratio regardless of orientation of cell in field. (k) Autoregistration of images taken with different filters. (l) Quantitate co-localization of fluorescence in images. (m) Algorithms for mathematical operations must be available to user on screen during program operation. (n) Simulate Nemarsy optics. (o) Track cell motion over time. Must be capable of high-speed particle tracking in excess of 30 frames per second. (m) Generate real time graphical plots of changes in image intensity, and location of particles. (n) Image format compatible with other image/video/analysis software packages. Must permit numerical output in ASCII format. Must permit conversion between images and movies. Required delivery within 30 days from contract award. FAR 52.247-35 FOB Destination, Consignees Premises, Delivery location is National Institute of Standards and Technology, 100 Bureau Drive, Building 227, Room A256 Gaithersburg, MD, 20899. The provision at FAR 52-212-1, Instructions to Offerors -- Commercial Items are applicable to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The Government will make award to one offeror. Award will be made to the offeror whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate information based on the following criteria listed in descending order of importance with the TECHNICAL FACTORS when combined are significantly more important than price. 1) Technical capability factor " Meeting or Exceeding the Requirement," and 2) Past Performance. Technical capability factor is worth three-fourths of the total point score. Past Performance factor is worth one-fourth of the technical points. Technical and Past Performance, when combined, are significantly more important than price. 1) Meeting or Exceeding the Requirement. Evaluation of this factor will be based on the information provided in the technical quotation. Past Performance. Evaluation of this factor will be based on the references provided IAW FAR 52.212-1(b)(10). (Offerors must provide a list of at least three (3) references confirming the use of this software. The list of references shall include a minimum: The name of the reference contact person and the company or organization; The telephone number of the reference contact person; The contract or grant number; The amount of the contract and the address and the telephone number of the Contracting Officer if applicable; And the date services were completed. Offerors shall comply with the provision at FAR 52.212-1(b) and submit 1) Three (3) copies of quotation which addresses CLIN 0001-0013; 2) three (3) copies of technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in this solicitation and a copy of the terms and conditions of the proposed warranty; 3) Two (2) copies of the most recent published price list(s); And 4) Two (2) copies of a list of references. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, which may be downloaded from http://www.nist.gov/admin/od/contract/repcert.htm. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, and the clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, including subparagraph (1) 52.203-6 (3) 52.219-4 (5) 52.219-8, (8)(ii) 52.219-23, (11) 52.222-21 (12) 52.222-26, (13) 52.222-35, (14) 52.222-36, (15) 52.222-37, (19) 52.225-18, (21) 52.225-21(i), 52,227-19 and 52.233.3, Protest After Award; Department of Commerce Agency Level Protest Procedures Level above the Contracting Officer, which can be downloaded from the NIST external web page, the Internet address is www.nist.gov/admin/od/contract/agency.htm . Submission shall be sent to the National Institute of Standards and Technology, Acquisition and Assistance Division, Building 301, Room B117, 100 Bureau Drive, Stop 3572, Gaithersburg, Maryland 20899, ATTN: Brenda K. Lee, Solicitation Number 53SBNB060040. Submission must be received by 3:00 p.m. EST on March 3, 2000. Faxed offers will not be accepted. Requests for a copy of a solicitation package will be disregarded. No solicitation package will be issued. If you have any questions regarding this announcement, please contact Brenda K. Lee at the telephone number identified above. Posted 02/11/00 (W-SN424435). (0042)

Loren Data Corp. http://www.ld.com (SYN# 0255 20000215\70-0005.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page