Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
SOLICITATION NOTICE

66 -- Confocal Microscope System

Notice Date
8/15/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Health Library, Bldg. 10, Room 1L25A, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
NIHLM2013849
 
Archive Date
9/14/2013
 
Point of Contact
Sonya Owens-Cobblah, Phone: (301) 594-4666, Maxwell Kimpson, Phone: (301) 435-4380
 
E-Mail Address
owenscobblahs@mail.nih.gov, kimpsonm@nlm.nih.gov
(owenscobblahs@mail.nih.gov, kimpsonm@nlm.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
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. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NIHLM2013849 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 2005-43. The North American Industry Classification (NAICS) Code is 333314 and the business size standard is 500 employees. This solicitation is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The National Institutes of Health (NIH), National Library of Medicine (NLM), on behalf of the National Institute of Diabetes and Digestive Diseases (NIDDK) intends to procure a confocal microscope system. Specifications: • Must be compatible to integrate to existing Axio Observer Microscope and support all objectives equipped on the stand 20,40,63xoil • Scanning Stage fully integrated and supporting Multi Tile imaging and stitching as well as multi-point imaging • In addition to the integrated computer and 30 inch monitor of the Confocal the offer should include 2 additional computer workstations compatible for use with our other imaging systems. Must including 64bit computers, with 12 G RAM, High resolution video card, dual fire wire ports, at least 6 USB of which 3 must be USB3. • 8,12, or16 bit acquisition supported • 2KX2K image acquisition • Variable Secondary Dichroic beam splitter (VSD) Optical continuous spectral element that allows free separation at any point in the vis Spectrum to separate the light to two different detectors. Provides variable spectral separation of fluorophores. • Configurable and flexible detection settings • No limitation on either side of the detection wavelength limiting bandwidth • Four channel line switch multitracking must be possible for all lasers with appropriate band pass separation • Independent Secondary Digital Gain control for all four channels • Low noise electronic design which allows Calibrated Linear Gain boost in addition to master gain (PMT voltage) of detectors. Extremely useful for allowing reduction of laser power for gentle imaging of live specimens and low photo bleaching of fluorophores. • Software/Hardware Flexibility which allows management of data online and simultaneous data analysis while images are being collected. Software/Hardware platform must support parallel collection and analysis of data to save precious time and cost for the scientists gathering and analyzing their data on the Confocal • Primary Dichroics must provide 6-7 OD blocking of laser - High laser suppression for near-reflection free imaging. This is achieved through the use of low angle (~15°) dichroics - as opposed to the conventional 45° orientation. Our Live cell imaging requires observing cell adhesion near or on the coverslip which would be inhibited with high reflection from the laser lines at the coverslip. • Freely rotatable scan field of 360 degrees. Many users cannot spend precious time orienting samples during preparation the scan rotation means more time imaging and less time preparing samples. • Line selection and attenuation per ROI - 99 ROI's must be possible • System must include following Laser lines which are ALL diodes - 405, 488, 555 and 635 4 Color high temporal resolution must be possible line switching ideal for all 4 colors to preserve crosstalk free imaging with high temporal resolution •.6 to 40x Zoom capability ideal for using lower magnification lens with high NA. Allows us to achieve higher emission throughput for our low signal samples but still maintain high lateral resolution via Zoom. • Absolute linear scan movement to insure equal pixel dwell times. Critical for our quantitative data collection and analysis in Colocalization as well as FRET. • 14 different scan speeds (28 with bi directional speeds). Complete flexibility in scan collection so users can match scan speeds with sample preparations. • Workspace can be customized for size and layout for each user. Large user base can customize their workspace for quick, easy and comfortable personal use. • Automatic laser wavelength shut off after 15 minutes to preserve laser life. • Single Click reuse button to configure system from previously collected images Spectral features of LSM 700 critical for spectral separation of overlapping fluorophores as well as removal of autofluoresence from emission channels • Spectral channel acquisition in conjunction with Transmitted light imaging • Spectral data collection down to 1nm resolution • System must fully utilize light on both sides of the specified spectral wavelength for spectral unmixing so that no light is deliberately rejected or limited by narrow band pass detection. Also applies when scanning with 1nm resolution. • Emission Fingerprinting - Reliable separation of different fluorescent dyes even with highly overlapping emission spectra Software Modules must include the following: • Smart Setup allows fully automatic adaptation of system configuration to chosen dyes - should not require preset settings. Users should be able to specify freely by dye-combo to setup system. • 3D Reconstruction and Stereo Viewing • Colocalization, Histogram, Profiles, Image Arithmetics, • FRAP-Fluorescence Recovery After Photo Bleaching Full analysis and plotting of diffusion and Kd. • Interactive and Automatic Measurement image Analysis software. Quantitative parameters for object specific regions incl. Area, Perim, Shape, Densitometric, etc. as well as field specific incl count, area % etc. routines should be able to run in batch and automated modes. • ZEN lite for viewing and managing images that will run on our PC's • Full Incubation should be compatible from our trade in system. • Must be compatible with existing LSM vibration isolation table. Services to be performed: The company will provide installation, maintenance, and training. Expected deliverables: LSM 700 Core 405-Ready Bio System (URGB) Laser line 639 nm Laser line 488 nm Laser line 555 nm Laser line 405nm Filter set LSM 700 2 Ch URGB - advanced Upgrade kit Axio Observer camera port ZEN Module FRAP Analysis HW License Key ZEN desk 2012 Hardware License Key Scanning Stage 130x85 mot. P; CAN Electronic Coaxial Drive CAN (D) ZEN Module Tiles / Positions HW Lic. Key Two Compact Win 7 Ultimate x32 Workstations C-Mount Adapter 0.5X F/Vert 25&40C/CFL Extended Warranty Free Promotional coverage for a total of 18 months additional warranty beyond the 1 year warranty. The institute intends to procure this service contract pursuant to FAR 8.405-6, Limited Sources Justification and Approval. To the best of the Government's knowledge, Carl Zeiss Microimaging LLC is the only vendor which can provide the confocal microscope system. POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: The offeror must include a completed copy of the following provisions: FAR Clause 52.212-1 Instructions to Offerors Commercial; As stated in FAR Clause 52.212-2 (a), FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items; 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 FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions. "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." The following factors shall be used to evaluate offers: Technical Evaluation, Price, and Past Performance. Vendors must submit a listing of the most recent contracts/awards (minimum of 3) in which similar apparatus or equipment was purchased. Contracts/awards may include those entered within the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract: 1. Name of Contracting Organization, 2. Contract Number (for subcontracts provide the prime contract number and the subcontract number, 3. Contract Type, 4. Total Contract Value, 5. Description of Requirement to include Statement of Work, 6. Contracting Officer's Name and Telephone Number, and 7. Program Manager's Name and Telephone Number. * If past performance questionnaire is available, please submit. This notice of intent is not a request for competitive quotations however; all responses received within 15 days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. 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. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Quotations will be due fifteen (15) days from the publication date of this synopsis on August 30, 2013 by 4:30 p.m., ET. The quotation must reference "Solicitation number" NIHLM2013849". All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Library of Medicine, NIDDK Acquisitions Office, 6707 Democracy Blvd., Room 770B, Bethesda, Maryland 20817, Attention: Sonya Owens-Cobblah. Faxed copies will not be accepted. The National Library of Medicine requests the procurement of the professional services contract to provide service and maintenance. Vendors may identify in writing their interest and capability in response to this requirement or submit a proposal. This notice of intent is not a request for competitive proposals. However, all responses received before the closing date of this announcement will be considered by the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit a quotation which, if timely received, shall be considered by the agency. The contract vehicle is a Firm Fixed price contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIHL/NIHLM2013849/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03150231-W 20130817/130815235449-26123145963327c7b2b4f6d0fa4f625c (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.