Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2010 FBO #3162
SOLICITATION NOTICE

66 -- Celigo Cell Cytometer

Notice Date
7/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-PB-(HG)-2010-238-JML
 
Archive Date
8/14/2010
 
Point of Contact
Jonathan M. Lear, Phone: 3014514470
 
E-Mail Address
learj@nhlbi.nih.gov
(learj@nhlbi.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. The solicitation number is NHLBI-PB-(HG)-2010-238-JML and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-44 (July 8, 2010). The acquisition is being conducted as a small business set aside. The North American Classification System (NAICS) code applicable to this requirement is 334516 and the associated small business size standard is 500 employees. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. This acquisition is being conducted on a Brand-Name or Equal Basis. The National Institutes of Health (NIH), National Heart, Lung, and Blood Institute (NHLBI), on behalf of the National Human Genome Research Institute (NHGRI), intends to award a fixed price purchase order for the equipment listed below: Celigo Cell Cytometer - brand name or equal that must meet the below specifications: A system that has the capability to: -Perform microplate-based in situ cellular analysis. -Enable bright field and fluorescence analysis of cells in their natural state based on high-speed full well or partial well imaging. -Be compatible with non invasive in situ analysis of various adherent and non-adherent cell types based on morphology and/or fluorescence labeling. -Enable high throughput applications including label free cellular analysis, morphology based assays and fluorescence cell based assays. Hardware Illumination - -The system must have transmitted light capability enabling full well coverage of at least 96, and 384 well plate formats and uniformity of illumination and image contrast across the whole well. -For fluorescence applications, must incorporate three LED light sources (377nm, 483nm, 531nm) for alignment free, long life, illumination. The fluorescence illumination should enable full well coverage of at least 96, and 384 well plate formats and have uniformity of illumination and image contrast across the whole well. -The system should have combination of filters (three each of exciter/dichroic/emission) that enable fluorescent imaging from fluorophores which are excited in the near UV, blue and green wavelengths. Optics - -The imaging optics should consist of an F-theta lens (0.25 NA) and scanning galvanometer mirrors in order to image a field of regard (FOR) of at least 8mm in diameter. The system should have the capability to image at 3.5X magnifications. Detection - -The detection system should consist of a CCD camera with a pixel size of 3.4um, pixel array of 2054 (H) x 2054 (V) and capture images representing a pixel size of 1 um/pixel at 3.5X magnification. Imaging - -The system must be able to accept and image whole wells of entire 6, 12, 96 and 384 well plates. -Should be capable of imaging whole wells of an entire 96 well plate in two colors in less than 20 min. -Should be capable of imaging three fluorescence channels and a brightfield channel sequentially. -The system should have automated XYZ movement of the stage and have an LED-based Z autofocus system Analysis - -The system should provide a suite of integrated software tools for micro-plate based cellular analysis. -The system must incorporate software that allows the hardware components to be easily manipulated through a user-friendly GUI and a workflow where predefined applications can be selected by the user. -Software should allow acquisition of a multi color image of the whole well, identification of cells of interest using fluorescence or morphology based parameters; selection of the cells of interest based on user defined single or multiple gating parameters; and application settings and protocols to the desired wells before processing. -The software should allow for selection of a wide variety of image-based gating criteria to identify cells-of-interest and the data should be displayed as histogram plots. The meta-images should display the actual cells being imaged and cells-of-interest should be highlighted. Thumbnail images of the "best fit" cells should be presented for visual analysis. -The acquisition software should easily incorporate plate map imaging protocols that allow only pre-selected wells to be imaged and analyzed. -Analysis software should also be able to be manipulated through user-friendly GUI and require minimal to no software code generation to perform analysis. Computer specifications must meet or exceed - -Processor - Processor 2.93GHz 8M 4.8GT/s -Memory - 6GB, DDR3 non-ECC SDRAM memory1066MHz -Hard drive - 1TB SATA 3.0Gb/s, 7200RPM 16MB data burst cache -Power supply - 300 Watt power supply -Video card - 512MB PCIe x16 NVIDIA Quadro FX 580 -Network - 100MB PCI or integrated on mainboard -Operating system - Vista Business, SP1, with media 64 bit, English -Monitor - Dell 22 Inch 2209WA flat panel monitor, OptiPlex -Mouse - USB 2 button optical mouse with scroll -Keyboard - USB, no hot keys keyboards Evaluation Criteria The Offeror shall demonstrate its ability to provide a system that can: -Image cells in culture flasks in a brightfield mode. -Enable brightfield imaging that can also be applied to test for cytotoxicity/proliferation. -Enable brightfield imaging that can be conducted in any plate type - from 6 well to 1536 well. -Provide three channel fluorescence imaging in combination with brightfield imaging that can determine such things as transfection efficiency and multi-parametric experiments. -Provide whole well imaging that can easily detect issues related to automated liquid delivery. The RFQ must meet all specifications stated in the RFQ Brand name or equal. Documentation to support any equipment that is equal to the Brand name must be submitted with their proposals. The Government's acceptance terms and FOB destination point is the National Institutes of Health (NIH), National Human Genome Research Institute (NHGRI), Bethesda, Maryland. The Offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors Commercial; 2) FAR Clause 52.212-2, Evaluation Commercial Items. As stated in FAR Clause 52.212-2 (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. 3) FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Items, Contract Terms and Conditions Commercial Items; and 5) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation for Simplified Acquisitions. The offeror must include in their quotation, the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. Note: In order to receive an award from the NHLBI contractors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov. The clauses are available in full text at http://www.arnet.gov/far. Quotes are due July 30, 2010 by 3:00pm Eastern Standard Time. The award will be made based upon the requirements specified in this combined synopsis/solicitation, and to the offeror providing the best value in meeting the Government's requirements. The offerors must provide documentation in support of the specified requirements. The Government intends to evaluate offerors and may award a contract without discussions with Offerors. Therefore, the initial offer should contain the offerors best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later it is determined by the Contracting Officer to be necessary. The Government may reject any or all offers, waive informalities and minor irregularities in offers received. The quote must reference the Solicitation Number NHLBI-PB-(HG)-2010-238-JML. All responsible sources may submit a proposal which if timely received shall be considered by the agency. Proposals must be submitted in writing to the National, Heart, Lung and Blood Institute, Office of Acquisitions, Procurement Branch, 6701 Rockledge Drive, Room 6151, Bethesda, MD 20892-7902, Attention: Jonathan Lear. Responses may be submitted electronically to learj@nhlbi.nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-PB-(HG)-2010-238-JML/listing.html)
 
Place of Performance
Address: National Institutes of Health/NHGRI, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02211479-W 20100722/100720235108-6d14ac3761210e708ceb70b2a82a38c7 (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.