Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2006 FBO #1614
SOLICITATION NOTICE

66 -- Surface Plasmon Resonance Assisted Fluorescence Microscopy

Notice Date
3/24/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
Reference-Number-PR-06-854-4053
 
Response Due
4/11/2006
 
Point of Contact
Tyrone Gibson, Contract Specialist, Phone (301)975-3601, Fax (301)975-8884, - Todd Hill, Contracting Officer, Phone 301-975-8802,
 
E-Mail Address
tyrone.gibson@nist.gov, todd.hill@nist.gov
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITAITION FOR COMMERCIAL ITEMS –AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-8. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with business size standards of 500 employees. This acquisition is100% small business set-aside. In accordance with the Non-Manufacturer Rule, to qualify under a small business set-aside, the distributor and the manufacturer must qualify as a Small Business manufacturer under the NAICS code identified above. The National Institute of Standards and Technology (NIST) has a requirement for a Surface Plasmon Resonance Assisted Fluorescence Microscope. All interested Offerors shall provide a quote for the following line item(s): Line Item 0001 - The Contractor shall furnish a Surface Plasmon Resonance Assisted (SPR) Fluorescence Microscope The system shall meet or exceed the following technical specifications: NIST requires an SPR- assisted fluorescent microscope capable of operating in four (4) measurement modes. 1) SPR Spectroscopy 2) SPR Imaging 3) SPR Fluorescence Spectroscopy and 4) SPR-assisted fluorescence microscopy The equipment must be delivered to NIST and installed in the building 224 in accordance with the contractor’s commercial schedule. Demonstration of compliance with technical specifications must be preformed on site. The equipment must be capable of performing Langmuir isotherm experiments in all four modes in an aqueous solution/suspension using either a small molecule such as a lipid, or a small particle such as a functionalized quantum dot. The signal stability must be maintained for 1 hour before adding the analyte, 1 hour after the adsorption reaches steady state, and 1 hour after rinsing back to pure buffer. Detailed Specifications: 1. Must be able to perform fluorescence microscopy on quantum dots, fluorescently-labeled particles, or fluorescent molecules excited by surface plasmons a. Excitation wavelength of SPR source should be less than or equal to 543 nm to allow for the greatest flexibility possible with respect to the types of fluorophores that may be used b. Excitation source should avoid interference fringes c. Output of excitation source should be greater than or equal to 20 microW d. Illuminated area and maximum viewing area at low magnification should be greater than or equal to 5 mm in diameter e. Microscope imaging should allow for x-y translation greater than or equal to 5 x 5 mm f. Microscope should include, at a minimum, 4x and 60x long working distance objectives 2. Must be able to perform surface plasmon resonance spectroscopy a. For kinetics (on, off, equilibrium), relative affinity, sequence recognition, concentration, ligand fishing, etc. b. Noise = 0.54 microRIU = 0.40 RU = 0.000040 deg. (Raw Data RMS Noise = 1.2 microRIU = 0.85 RU = 0.000085 deg) c. Excellent baseline stability: Maximum drift 5 microRIU/hour [1 microRIU = 0.73 RU = 0.000073 Deg] d. The maximum time resolution should be at least 2 data points per second 3. Must be able to perform surface plasmon resonance imaging 4. Must be able to perform surface plasmon resonance fluorescence spectroscopy 5. Must be able to perform surface plasmon resonance assisted fluorescence microscopy 6. Goiniometer a. Must allow reproducible setting of excitation source and detector arm to within 1/10 of a degree. b. Scanned angle of incidence must meet or exceed a range of 40 to 80 degrees. c. Angle must be read by computer so that reflectivity vs. angle data can be obtained 7. High Sensitivity CCD camera a. Grey depth must be greater than or equal to 8 bit b. Dark current must be less than or equal to 0.00005 counts/s/pixel c. Must have an absolute proportionality between image signal and intensity. 8. Temperature Control a. Range: 20 degrees C to 45 degrees C b. Stability: plus or minus 0.05 degrees C of set temperature 9. Flow Cell a. Must allow for rapid exchange of stagnant fluid during experiments b. Must also allow for constant circulation of fluid during experiments c. Must be large enough to accommodate standard microscope slides (25 mm x 70 mm) 10. Vibration Isolation Table a. Instrument must be mounted upon a vibration isolation table with a load capacity of at least 100 kg b. Vibration isolation table must provide at least 30 decibel frequency damping from 1 to 1000 Hertz 11. The system should make it possible to block out ambient light during measurements so that they may be performed in a room while the lights are turned on Additional Modules: 1. Software Module a. Must include image and movie capture from CCD camera for SPR imaging b. Must include image and movie capture from CCD camera for SPR-assisted fluorescence microscopy c. Must include data analysis software for measuring SPR response in refractive index units as a function of time d. Must allow conversion of SPR imaging data, which are archived as a movie, into SPR spectroscopy plots by plotting the integrated signal from a user-selected area of the image as a function of time e. Must allow conversion of SPR fluorescence microscopy data, which are archived as a movie, into SPR fluorescence spectroscopy plots by plotting the integrated signal from a user-selected area of the image as a function of time f. Must also provide reflectivity vs. angle data so that it may be compared to models of the reflectivity of optical multilayer systems based on Fresnel calculations. The equations are used in predicting the shift in the SPR angle i.e., the angle at which a minimum in reflectivity is observed in an SPR variable angle experiment. g. Must be able to plot SPR response versus time and be able to output data into ASCII files for use in spreadsheets or other graphing programs. 2. Hardware Module a. A computer must be provided to run the above software and provide data acquisition capabilities for the microscope. b. The computer must also include any peripheral equipment such as capture cards, monitor, keyboard, etc., that are needed to run the microscope. Installation/Training/Warranty 1. The contractor shall schedule and facilitate installation/set-up and one (1) training session for two (2) staff members at NIST. The training shall provide a thorough demonstration of all equipment functions, maintenance, data administration, and basic troubleshooting. The training may be completed at NIST immediately after installation/set-up and demonstration of performance specifications, but shall be completed no later than 10 days after delivery. 2. Quotation should include a one-year warranty. This warranty must cover non-consumable parts and travel/labor on-site should this become necessary within the warranty period. Acceptance and Inspection Criteria 1. Visual-Physical check at NIST laboratory for adherence to specifications. 2. Performance check at NIST laboratory for adherence to performance specifications. The tests will be performed as soon as the instrument is ready, as determined by the contractor, and may be witnessed by the contractor. They will involve a total of 2 samples: one will be run to evaluate SPR spectroscopy and SPR imaging, the other will be run to evaluate SPR fluorescence spectroscopy and SPR fluorescence microscopy. For each sample, the signal stability will be evaluated for 1 hour before adding the analyte, 1 hour after the adsorption reaches steady state, and 1 hour after rinsing back to pure buffer. 3. The item must operate in 4 measurement modes: 1) SPR spectroscopy, 2) SPR imaging, 3) SPR fluorescence spectroscopy, 4) SPR fluorescence microscopy. Modes 1) and 3) can be performed by integrating the total or partial image signal obtained from 2) and 4). 1) SPR Spectroscopy: Surface plasmon resonance (SPR) reflectivity measurements are surface-sensitive, spectroscopic methods that can be used to characterize the thickness and/or index of refraction of ultrathin organic and biopolymer films at noble metal (Au, Ag, Cu) surfaces. SPR spectroscopy can be characterized by three primary capabilities: (i) with SPR spectroscopy the kinetics of adsorption for organic molecules, biomolecules, or colloidal particles can be measured in real time, (ii) the adsorption of unlabeled analyte (no fluorescent or radiological tags) to the surface can be monitored, and (iii) SPR has a high degree of surface sensitivity that allows weakly bound interactions to be monitored in the presence of excess solution species (ability to perform classic Langmuir isotherm experiments). Using samples we provide, the contractor should also be able to demonstrate (i) a noise floor of 0.54 microRIU = 0.40 RU = 0.000040 deg. (Raw Data RMS Noise = 1.2 microRIU = 0.85 RU = 0.000085 deg), and (ii) baseline stability with a maximum drift of 5 microRIU/hour [1 microRIU = 0.73 RU = 0.000073 Deg] (iii) a maximum time resolution of at least 2 data points per second. 2) SPR Imaging: SPR imaging is based on the same technical concept as SPR spectroscopy except the photodetector is replaced with a CCD camera. The amount of adsorption is therefore measured as a function of position in two dimensions, allowing one to look at patterned substrates, or heterogeneous surfaces. An important component of SPR imaging is the ability to convert the data, which is archived as a movie, into SPR spectroscopy plots by plotting the integrated signal from a user-selected area of the image as a function of time. 3) SPR Fluorescence Spectroscopy: In contrast to SPR spectroscopy, SPR Fluorescence Spectroscopy does not measure the intensity of the light reflected from the back of the noble metal film. Instead, the evanescent light wave that passes through the reflecting film is used to excite fluorescence from either quantum dots or fluorescent molecules in close proximity to the film. The camera is therefore placed above the sample (same side as aqueous solution) rather than behind it. The number of photons are then counted so that binding to the surface is monitored in terms of fluorescence intensity. Once it is demonstrated that the CCD camera has an absolute proportionality between image signal and intensity, the total signal can then be calibrated with the SPR spectroscopy data, which is obtained simultaneously as described in 1), to measure the amount (thickness or mass) of the fluorescently-labeled material that has adsorbed to the surface. The maximum time resolution should be at least 1 data point per second in order to monitor the kinetics of binding for both fluorescently-labeled and unlabeled material. 4) SPR-Assisted Fluorescence Microscopy: Except for the direction of the incoming light, the technique is very similar to conventional fluorescence microscopy. It allows one to capture micrographs of the fluorescently-labeled material that is in close proximity to the noble metal film. One can also capture movies with the CCD camera and convert the data into SPR Fluorescence Spectroscopy plots by plotting the integrated signal from a user-selected area of the image as a function of time. In principle, one could inspect patterned surfaces or surfaces with chemistry gradients and collect SPR Fluorescence Spectroscopy plots from any part of the image. This data is then compared with the SPR imaging signal to calibrate the data and to compare the kinetics of adsorption of fluorescently-labeled material with that of the unlabeled material. Delivery shall be FOB DESTINATION and be completed in accordance with the Contractor’s commercial schedule. The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Past Experience, and 4) Price. Technical Capability, Past Performance, and Past Experience, when combined, are more important than Price. Award will be made on a best-value basis. Strongest consideration shall be given to the Offerors whose quote exceeds the technical specifications in the following categories: 1. Greater sensitivity of CCD camera used for fluorescence imaging 2. Greater intensity of SPR excitation source 3. Lower signal drift or noise in SPR signal 4. Lower signal drift or noise in SPR fluorescence signal 5. Greater temperature stability 6. Greater temperature range 7. Greater resolution in SPR-assisted fluorescence microscopy imaging 8. Greater resolution in SPR imaging 9. Greater image scanning range (x-y translation) along sample 10. Ability to perform experiments in organic solvents in addition to water Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. A rough schematic or diagram of the proposed instrument design should also be included. Past Performance will be evaluated to determine the overall quality of the product and service, provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/ or information provided by NIST or its’ affiliates. Quoters shall provide a list of at least three (3) references to whom the same or similar products have been sold. The list of references shall include, at 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 of delivery or the date services were completed. Past Experience will be evaluated to determine the degree of vendors' experience in successfully providing comparable Surface Plasmon Resonance Assisted Fluorescence Microscopy Systems. Information on past experience may be obtained from references. The following provisions and clauses apply to this acquisition: Provisions: 52.212-1, Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items. 52.225-4 Buy American Act--Free Trade Agreements--Israeli Trade Act Certificate and Alternate II Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: Clauses: 52.204-7 Central Contractor Registration 52.212-4 Contract Terms and Conditions—Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items including subparagraphs: (4) 52.219-6, Notice of Total Small Business Set-Aside (June (14) 52.222-3, Convict Labor (15) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (16) 52.222-21, Prohibition of Segregated Facilities (17) 52.222-26, Equal Opportunity (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (19) 52.222-36, Affirmative Action for Workers with Disabilities (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (24)(i) 52.225-3, Buy American Act-Free Trade Agreements- Israeli Trade Act w/ (ii) Alternate II (26) 52.225-13, Restrictions on Certain Foreign Purchases (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All clauses may be viewed at www.acqnet.gov. All vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; and 4) One (1) copy of the most recent published price list, where applicable. All quotes shall be received not later than 3:30 PM local time, on April 11, 2006 at the National Institute of Standards & Technology, Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-3571, Attn: Tye Gibson. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4959. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If (24) hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. Faxed quotes will NOT be accepted. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (24-MAR-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 26-APR-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOC/NIST/AcAsD/Reference-Number-PR-06-854-4053/listing.html)
 
Place of Performance
Address: NIST Gaithergsburg, MD 20899
Zip Code: 20899
Country: USA
 
Record
SN01036085-F 20060428/060426223212 (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.