Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2019 FBO #6441
SOURCES SOUGHT

66 -- Brightfield and Fluorescence Microscope Including Imaging System with Analysis

Notice Date
7/11/2019
 
Notice Type
Synopsis
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26219Q0980
 
Response Due
7/16/2019
 
Archive Date
8/15/2019
 
Point of Contact
gene.chu2@va.gov
 
Small Business Set-Aside
N/A
 
Description
THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES-SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources-sought/RFI only. The purpose of this sources-sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334516 (size standard of 1000 employees). Responses to this sources-sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources-sought, a solicitation announcement may be published. Responses to this sources-sought synopsis are not considered adequate responses for a solicitation announcement. The VA Loma Linda Healthcare System has requested to procure one microscope with brightfield illumination and fluorescence imaging for work investigating the regulation of functional activity of osteoclasts by miRNA17~92. As required by the Research Service, it is essential to have a functional dual (fluorescence and light) microscope with a digital camera to trace the fate and location of the various biomolecular agents in bone cells, monitor and capture images of various cell and tissue cultures and the fluorescent molecular probes in the cultures. Salient Characteristics for Brightfield and Fluorescence Microscope with Imaging and Analysis System System Description The requirement is for one (1) Brightfield and Fluorescence Microscope including imaging system plus analysis packages with salient characteristics that meet or exceed those listed in the specifications section. Specifications The vendor shall supply instrumentation that meets or exceeds the following specifications: A fully-integrated brightfield and automated fluorescence acquisition microscope stand containing 6-position nosepiece, manual focus drive including focus stop, z-drive operation, 1x tube lens to fit with 1-position tube lens mount. The dimension of the microscope must fit bench space of W (60 cm) x D (60 cm) x H (70 cm). Dimension of mechanical X-Y specimen stage must at least be 232 mm x 230 mm. Dimensions of the object guide must at least be 130 mm x 85 mm with mounting frame inserts for petri dishes, slides, and chambers. Must be compatible with a wide variety of multi-well plate types and slides including both thick and thin, glass or plastic, and trans-well formats. Must have LED illumination and permits the option of using bright-field, true phase contrast, Differential Interference Contrast, and fluorescence contract imaging with transmitted light. Must provide a focusing range of minimum long distance (LD) 0.4 condenser (53 mm) working distance. Illuminators must turn off automatically after inactivity. Must feature user changeable objectives and filters to maximize system flexibility. Must have a minimum of five (5) objective lenses of 5x/0.15; 10x/0.25; 20x/0.45; 40x/0.65; and 63x/0.85 magnification. Must be capable of capturing analysis of brightfield, phase contrast, and fluorescence images. Must have fluorescence image microscopy with excitation/emission filters for red, green, and yellow fluorescence; e.g., for DAPI, GFP/FITC, rhodamine, and far red around 670 nm, etc. Must have a high-resolution color camera providing image quality suitable for publication, which has minimum 3 megapixels at 14 bit per pixel with maximal 4.54 micron x 4.54 micron pixel size. Analysis software package must work with an open interface that allows exporting images and data to other well-established software programs, such as MS Excel, MS PowerPoint, Photoshop, etc. Image processing software must enable for typical applications in cell biology research, which include but are not limited to: Apoptosis Endothelial tube formation Promotion or inhibition of blood vessel formation Cell viability Cell cycle analysis Membrane potential Cytotoxicity Cell proliferation Determination of cell health and proliferation in populations of mono-, bi-, and multi-nucleated cells Micronuclei analysis for genotoxicity Cell migration Cell counting Kinase activation Fatty acid uptake Mitosis Adipogenesis Examining transfection efficiencies Studying intracellular structures Receptor internalization Punctate staining Clustering target molecules Process extension Neurodegenerative disease research Cell differentiation Protein movement, translocation, and co-localization Cell pathway analysis The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract number. (7) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (8) Please provide general pricing of your products/solution for market research purposes. (9) Please submit your capabilities regarding the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? (10) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (11) Please provide your DUNS number. (12) Please provide a list of detail requirements and drawings. *** Submissions addressing Section (9) should show clear, compelling and convincing evidence that all equal to items" meet all required salient characteristics. *** Responses to this notice shall be submitted via email to gene.chu2@va.gov. Telephone responses shall not be accepted. Responses must be received no later than July 16, 2019 at 1:00 p.m. PST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice shall not be considered as requests to be added to a prospective bidders list or to receive a copy of the solicitation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26219Q0980/listing.html)
 
Place of Performance
Address: VA Loma Linda Healthcare System;Research Service;11201 Benton Street;Loma Linda, CA
Zip Code: 92357
Country: USA
 
Record
SN05366626-F 20190713/190711230019 (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.