Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2014 FBO #4626
SOURCES SOUGHT

66 -- High Speed Cellular Imaging System to be used for Phenotypic Assays

Notice Date
7/23/2014
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SS-14-485
 
Archive Date
8/14/2014
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, MD 20892, UNITED STATES. Introduction: THIS NOTICE IS POSTED CONCURRENTLY WITH NOTICE HHS-NIH-NIDA-SSSA-SBSS-14-484 WHICH IS SPECIFIC TO SMALL BUSINESSES. HHS-NIH-NIDA-SSSA-SS-14-485, HOWEVER, IS OPEN TO RESPONSE FROM BUSINESSES OF ALL SIZE CLASSIFICATIONS. This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified business sources, (2) whether they are large businesses, small businesses; HUBZone small businesses, service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Purpose and Objectives for the Procurement: The purpose of this potential requirement is acquisition of one (1) high speed cellular imaging system (HSCIS) with wide-field cell imaging capacity to perform phenotypic screening assays that require high throughput imaging capability and data analysis software. Project Requirements: The Contractor must be able to provide a GE Healthcare Bio-Sciences Corporation IN Cell 2200 Analyzer on a brand name OR EQUAL basis. For reference, the GE Healthcare Bio-Sciences Corporation equipment that meets the needs of this requirement is as follows: 1. One (1) Product No. 29109046: IN Cell 2200 Promo Package (includes IN Cell Analyzer 2200, INCA SLIDE HDLG, IN Cell Analyzer Transmitted Light Module, IN Cell Temp Control, 2 copies of INVESTIGATOR 1 ADD SEAT WEB DOWNLOAD data analysis software) 2. One (1) Product No. 28953477: INCA 4X.2 OBJ LENS 3. One (1) Product No. 29051871: INCA ASAC 40X.6 LENS 4. One (1) Product No. 29051873: INCA ASAC 60X.7 LENS 5. Shipping/Delivery and installation must be included The brand name or equal HSCIS must meet the following requirements: 1. The HSCIS must be a complete self-contained high content screening system with internal imaging optics and plate scanning hardware and software designed to automatically image and analyze slides and multi-well plates up to a 1536 well format. 2. The HSCIS must include fully automated components including an eight (8) position emission filter wheel, a four (4) position objective turret, motorized spherical aberration correction objective collars and polychroics. 3. The HSCIS must have a seven color solid state illumination excitation light source. 4. The HSCIS must have laser-based, high-speed autofocus, which is necessary for maximum throughput. 5. The HSCIS must have the ability to provide liquid handling, control temperature from ambient to 42C, as well as provide humidified CO2 6. The HSCIS must be equipped with a large format 5.5 mp (2k x 2k chip size), 16 bit sCMOS camera with a minimum frame rate of 25 frames per second 7. The HSCIS must have the ability to be outfitted with objectives ranging from 2x to 100x, including standard and high NA options. 8. The HSCIS must have a high speed plate imaging capability with the throughput of 25 minutes or less per 384-well plate (4 fields of view, 2-colores, and 100 msce exposure) 9. The HSCIS must have a manual microscope mode which allows the user to switch objectives, filters, focus, and fields of view on the fly as would be conducted in a manual system. 10. HSCIS software must offer a preview scan feature that allows the user to quickly scan a designated area of interest 11. HSCIS software must include review scanning features which allow for protocol linking and on the fly image analysis. 12. The HSCIS software must include a contrast based autofocus algorithm. 13. Installation and delivery shall be performed by the contractor. Anticipated Period of Performance: It is expected that delivery and installation will be completed within three (3) months after contractor receipt of order. A firm fixed price contract is contemplated. Capability Statement: Contractors that believe they possess the ability to provide the required equipment should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. Contractors must provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Lauren Phelps, Contract Specialist, at Lauren.Phelps@nih.gov in MS Word format by or before the closing date of this announcement. All responses must be received by the specified due date and time in order to be considered. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government intends to negotiate a fixed-price contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SS-14-485/listing.html)
 
Place of Performance
Address: Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN03435677-W 20140725/140724000254-4d1d8df6a825f2a43f49cd6c8b590446 (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.