Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
DOCUMENT

66 -- ULTIMA X-Y LASER SCANNER FOR ZEISS AZIO EXAMINER - Attachment

Notice Date
9/12/2011
 
Notice Type
Attachment
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;VA NW Health Network - VISN 20;5115 NE 82nd Ave, Suite 203;VANCOUVER WA 98662
 
ZIP Code
98662
 
Solicitation Number
VA26011RQ1558
 
Response Due
9/17/2011
 
Archive Date
10/17/2011
 
Point of Contact
Mathew Berta
 
E-Mail Address
2-9880<br
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: VA-260-10-RQ-1558 Notice Type: Combined Synopsis/Solicitation Synopsis: Added: August 30, 2011 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-52 effective June 30, 2011. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Under Statutory Authority 41 U.S.C. 253(c)(1) the Seattle VA Medical Center (SVAMC) anticipates entering into a procurement for one Dual Scan Head Multiphoton Imaging System which includes a laser-scanning module that will interface with an Ultima X-Y Laser Scanner for Zeiss Axio Examiner. (ii) The reference/solicitation number is VA-260-10-RQ-1558 and the solicitation is issued as a request for quotation (RFQ). The combined synopsis/solicitation will result in a contract and corresponding purchase order. (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at https://www.acquisition.gov/far) and (VAAR). (iv) This procurement is not a set-a-side. North American Industry Classification System (NAICS) code is 423490 (size standards is 100 employees) applies to this solicitation. (v) Award will be made on an all or none basis for the following described items: Description of a dual scan head multiphoton imaging system shall include: A laser-scanning module that interfaces with a fixed stage upright microscope to provide raster scanning of laser energy through the objective lens. This scanner must be designed to include two independent sets of X-Y galvanometer mounted mirrors in its optical path. The Standard Set to provide raster scan imaging and have replacement of 3 mm standard imaging galvanometer mirrors with larger 6 mm mirrors, and the second set (with 3mm mirrors) to provide precise programmable fixed point positioning of a laser beam to a location referenced to the standard set (i.e. high speed feedback to allow a 100 microsecond rise-time or faster). There should be an automated method for ensuring co-localization of the laser beams from the two sets of galvanometers. The system should be capable of integrating electrophysiology recording with imaging and uncaging. The System Shall Include: Scan Control Electronics with variable dwell times. Laser Scan Modes including frame scanning, line scanning, ROI, scan rotation, and optical zoom. Multi-channel analogue integration electronics with 12 Bit A/D. PC Computer with flat panel display. Scan control and image collection software. Simultaneous acquisition from multi-image channels with independent LUT control for each window. Time Series (T-Series) acquisition rate table for custom design of acquisition scenarios that combine single image and Z-Series acquisitions. Laser power meter and pick-off window. Imaging galvanometer mirrors with 6 mm mirrors. Optics for adjustment of beam diameter to allow use of large and small back aperture objective lenses. Beam expansion that is user-switchable depending on application. An additional set of X-Y Scanners added to the Scan-head on the fixed stage upright microscope. The System Shall Also Include: A rapid algorithm for co-alignment with raster scan imaging with optical verification. Automated calibration software. Electronic interface. Integrated software for selection of point location(s). Electronics and software to perform functional mapping experiments. A/D Electronics with 8 inputs. D/A Electronics with 8 outputs. Software to allow synchronization of laser pointing with electrical recording. Dual upper non-de-scanned matched external GaAsP detectors (Hamamatsu model 7422P-40) in a two-channel configuration designed to optimize collection efficiency when used with 40x and 60x microscope objective lenses. Emission filters and dichroics that can be easily exchanged. High Voltage Controllers for GaAsP detectors Spare multi-alkali PMT configured so that it can be easily exchanged with one of the GaAsp dectetors (the PMTs should be individually hand-selected for low dark current (?? 10 nA) andsensitivity (> 8500 A/lumen)). Dual emission filters (525/70 nm and 607/45 nm) and 575nm dichroic beam splitter. The system shall provide simultaneous viewing and acquisition from both detectors. During the initial year of warranty the detectors shall be covered for a one time replacement each at the venders expense if necessary. The fixed stage upright microscope a Z-AE-2000 1 Zeiss Axio Examiner Microscope Modified for Use with the supplied scan head is preferred because this type of microscope is compatible with and allows for interchange of parts with existing equipment (i.e. Zeiss microscopes) and parts in the laboratory where this system will be used The microscope shall include the following Zeiss (or equivalent) integrated components: (1)Axio Examiner.Z1 Upper Body (2) Axio Examiner Lower Body MOT (3) Lamphousing 12V/100W w/ Collector (4) Bulb HAL12V/100W Rectangular Filament (5) Extension Cable f/ HAL 12V 100W f/447219 (6) Condsr Carrier f/ Axio Examiner (7) Docking station w/ TFT display (8) Objective Turret 2x M27 DIC cod (9) Adapter 30mm with optics 45/75 mm (10) Binoc Phototube 15/23 (100:0/0:100) Mat (11) Eyepiece Pl 10x/23 Br foc (12) Condsr Achr LD 0.8 H/DIC (13) Condsr Achr 1.2W H DIC 5x (14) Aqua Stop Axio Examiner f/LD 0.8,0.9,1.2 (15) FL Light Train Mot 5x f/Examiner.Z1 (16) Connection PCB f/ mot Com. upper part (17) Camera Adapter 60N to T2 1x (18) C-Mount Adapter T2-C (19) Shutter mot f/ RL illumination (20) Diaphragm Slider man w/ Luminous Field (21) Filter Wheel 6x f/ FL attenuation (22) Illuminator HXP 120 (D) (23) Light Buide HXP 120 (D), 2m (24) Remote control f/ Shutter HXP120 ( 25) Illumination Adapter HXP/X-Cite (26) Lamp HXP 120 (D) (27) Slider f/ Dodt Contrast f/ Condsr 0.8 The U-2211 1 Transmitted Light Path Tube and Adapter for Zeiss Axio Examiner shall include: (1)Transmitted light housing with motorized flipper mirror to switch light from halogen lamp to PMT. (2)External Detector (Hamamatsu multi-alkali PMT) hand selected for low dark current (?? 10 nA) and sensitivity (> 8500 A/lumen.) (3)High Voltage Control for Photomultiplier Tube. (4)Cables Other required components for the microscope shall include: (1)U-2137 1 Epi-Fluorescence Filter Set: ET-GFP (FITC/CY2) for Zeiss (2)ET-GFP (FITC/CY2) filter set in cube for fluorescence viewing via the eyepieces. (3)U-2138 1 Epi-Fluorescence Filter Set: ET-DSRed (TRITC/CY3) for Zeiss (4)ET-DSRed (TRITC/CY3) filter set in cube for fluorescence viewing via the eyepieces. (5)Z-AE-DIC-246 1 DIC Optics for Zeiss AxioExaminer (20, 40, 63x) Optics added to Zeiss scope to allow for DIC imaging on the Zeiss Axio Examiner scope shall include: (1)Condsr Prism DIC III/0.8 (2) Polarizer Senarmont DIC VIS/IR (3) Analyzer Module P&C D f/IR-DIC 770nm (4) DIC Slider W-PA 20X/1.0 III 75 Senarmont (5) DIC Slider W-PA 40X 1.0 III (6) DIC Slider PA 63X/1.0 III HR (7) Z-AE-MAG 1 Zeiss High-Mag Switchable Relay to Camera Magnification changer to fit between Ultima scanhead and camera shall include the following: (1) Three magnification modules:.5x, 2.5x and 5x. (2) C-Mount Adapter 60N C 1" 1.0x (3) Low mag air objective (~4 to 6X) (4) Z-OBJ-2011 1 Zeiss Objective: W Plan-Apochromat 20x/1.0 DIC VIS-IR (5) 20x objective (6) Z-OBJ-2010 1 Zeiss Objective Plan-APOCHROMAT 40x/1.0 DIC VIS-IR (7) Z-OBJ-2012 1 Zeiss Objective: W Plan-Apochromat 63x/1.0 VIS-IR M27 (8) 63x objective (9) U-PIEZO 1 Z-Axis Piezo Drive for Objective (10) Threaded objective lens holder with piezo-electric elements enclosed. Allows for high speed z-positioning of objective lens. Capacitance feedback algorithm used to assume positioning accuracy of 0.1 um. PSS-ZAE 1 Automated Specimen Stage for use with Upright Microscope - Moving Platform - Zeiss Examiner Designed for electrophysiology experiments. Large platform stage on X-Y cross roller bearings to move attached electrodes (not included) and specimen in X and Y with respect to a fixed microscope. Height is adjustable over approximately 1.5 inches. (Includes X-Y automation controller). Pockel-I1 1 Pockels Cell - Scanning - 115VAC. Provides high-speed shuttering & continuous power control, and beam blanking of the imaging laser. Includes mechanical shutter. 115VAC. During the initial year of warranty we require a onetime replacement of the modulator at the venders expense if necessary. Laser Input Optics - Imaging - With Beam Splitter Engineering consultation and selection of optical components to efficiently couple customer's imaging laser into scanner. Includes: (1) ½ wave plate (2) polarizing beam-splitter, and (3) beam dump. Table optics for interfacing with lasers for uncaging, and imaging: shall provide high-speed shuttering & continuous power control of the uncaging laser and includes: (1) laser power meter (2) pick-off window, and (3) mechanical shutter. During the initial year of warranty, we require a onetime replacement of the modulator at the venders expense if necessary. Laser input optics for uncaging and imaging with beam splitter. Point-photoactivation module for uncaging path Modification to existing compatible scan-head head to allow input from a visible laser via single mode optical fiber into the uncaging light path of the scan head. Ability to launch two laser lines (473nm, 561nm) to for example activate channel rhodopsin and halorhodopsin. Laser to fiber launch with AOTF. A laser launch to provide fiber optic delivery of selected laser lines via FC connector. Includes one fiber ~ 5m in length with f-c connector at output. System shall include: (1)~473nm solid state laser. ~50mW output, polarized (2) ~561nm solid state laser. <50mW output, polarized (3) Acoustic Optic Tunable Filter (AOTF) tuned to Control laser wavelength (4) Remote control for wavelength power adjustment / selection (5) Custom cable with DB-25 connector for remote PC control. (6) Laser launch optical plate with mechanical safety switches. (7) Dichroics and optics for combining laser lines to AOTF. (8) Electronic controller for AOTF. (9) Four-position paddle wheel for insertion of optical filter into the laser launch beam path. (10) ND-2 filter for paddle wheel. (11) Rack-mount style housings. The system shall also include a microscope light box cover/Faraday cage and a light-tight enclosure for the microscope. All access ports shall be interlocked for laser safety. There shall also be optical table laser safety covers for a 5x10 table. Safety covers shall be compatible with either one or two complete multi-photon imaging systems and either a single laser or two lasers, installed upon a 5' x 10' table. There shall also be a commitment for installation and training for the dual laser inputs including installation and training in the operation of the system and installation of the dual scan-heads with two laser inputs. Additional requirements for the system that shall be provided are: (1) Software integration of a collected two-photon image for position control of sequential or simultaneous random access photo-activation at multiple points in the image field. (2). Software and hardware modules for generation of up to 10 analogue output waveforms (e.g. pulse trains, custom programmed waveforms) which can be precisely synchronized with software defined random access photo-activation and/or point photo-uncaging for simultaneous control of multiple components (e.g. voltage stimulation, laser power control, other external vendor hardware or software modules). (3) Software and hardware modules for asynchronous or synchronous analogue data collection with optical signals or photo-activation or photo-uncaging. (4) Full integration with a photo-activation module with user ability to continuously vary a visible photo-activation spot from a diffraction limited point up to 30 microns in diameter. (5) An additional port for mounting a Swept Field Confocal scan head or camera, for high speed single photon confocal or direct camera imaging. Upgrade to a camera or swept field confocal includes software integration for 2P vs camera confocal imaging or camera imaging to allow for 2P uncaging with the SFC or camera image map. (6) Optical path attenuation via serial arrangement of optical splitting with pockels cell control. (7) Field upgradable design to integrate with either an acusto-optical displacement (AOD) scanner or a resonant galvo scanner allowing in either case for 25X faster line, image and ROI acquisitions than conventional galvonometer scanning. For both the AOD and resonant scanner, the software automatically corrects the drive waveform to allow for turnkey pan and zoom, and in the case of the AOD, variable dwell time. (8) Inclusion of an aperture inside the scan head for adjusting the multi-photon beam diameter to minimize back aperture reflections at the objective lens. (9) The ability to dynamically transfer files and commands between the included instrument control package and external software (e.g. Matlab, IgorPro, user written software in currently available popular programming languages such as visual basic, java, or a language of choice) (10) Detector design allowing for user access to detector modules, and user ability to swap detector modules depending on application needs (e.g. swap a multialkali for a GaAsP detector) (11) Field upgradable scan head to integrate a three channel confocal system for simultaneous multi-photon and single photon data acquisition. (12) Design allows for use of multiple (up to four) Z devices which can be dynamically selected for control and automation using pull down menus in the instrument control software. Position relative to the sample is recorded and dynamically displayed for each device and as an absolute position from a user defined 0 point for the devices working in concert with one another. (13) The Piezo-electric focusing device is dynamically configurable for multiple objectives (up to 14). Parameters for each objective are stored in memory in the piezo controller and can be accessed via the front panel or via software to choose the configuration for the objective that best suits the application. (vi) The provision at FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item applies to this requirement. The delivery of optional items will be included in the delivery of the Ultima X-Y Laser Scanner. (vii) The provision at FAR 52.211-6 Brand Name or Equal applies to this requirement (viii) Delivery and acceptance of deliverables will be FOB destination within 60 days of receipt of order to Seattle VA Medical Center, VA Puget Sound Health Care System, 1660 S. Columbian Way, Seattle WA 98108-1597. Deliver to building 1 room 516 (Attention: Wesley) RR&D Center of Excellence. (ix) The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation and incorporate the following addenda to 52.204-6 Data Universal Numbering System (DUNS) Number; VAAR 852.219-70, 852.233-70 Protest Content; 852.236-76 Correspondence; 852.237-70 Contractor Responsibilities; 852.270-1. (x) The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. The Government will award a firm fixed price contract resulting from this solicitation. The evaluation factors for award are technical capabilities and price with technical capabilities being evaluated as significantly more important than cost considerations. (xi) The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote (a copy of the provision may be attained from https://www.acquisition.gov/far); or (2) complete the Online Reps and Certs. Application (ORCA) at http://www.bpn.gov and reference it in your quote. (xii) The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xiii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions On Subcontractor Sales to the Government, 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards, 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). 52.219-8, Utilization of Small Business Concerns, 52.219-28 Post Award Small Business Program Representations, 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Veterans, 52.222-40, Notification of Employee Rights Under the National Labor Relations Act, 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.), 52.223-18, Contractor Policy to Ban Text Messaging While Driving, 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act, 52.225-13 Restriction on Certain Foreign Purchases; 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration. (xiv). The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xv) There are no applicable Numbered Notes that apply. (xvi) Anyone wishing to respond to this notice must show clear and convincing evidence that they can meet these requirements. Interested parties that feel they have the ability to provide the required service must submit in writing their qualifications and capabilities information including technical data and pricing in to this office for consideration. RESPONSES ARE DUE Friday July 15, 2011, by 8:00 a.m. Pacific Daylight time. (xvii) Use electronic mail to submit quotations with a scanned electronic signature to mathew.berta@va.gov. Telephone inquiries will not be accepted, please submit questions regarding this solicitation via email to mathew.berta@va.gov. Contracting Office Address: Department of Veterans Affairs, VA NW Health Network-VISN 20, 5115 NE 82nd Ave., Suite 203, Vancouver WA 98662 Point of Contact(s): Mathew Berta, Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PoVAMC/VAMCCO80220/VA26011RQ1558/listing.html)
 
Document(s)
Attachment
 
File Name: VA-260-11-RQ-1558 VA-260-11-RQ-1558.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=254355&FileName=VA-260-11-RQ-1558-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=254355&FileName=VA-260-11-RQ-1558-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Seattle VAMC;VA Puget Sound Health Care System;Warehouse 90D;1660 S. Columbian Way;Seattle, WA
Zip Code: 98108-1597
 
Record
SN02572775-W 20110914/110913000324-b3116fe3b232b578e89af195ff2f82c8 (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.