SOLICITATION NOTICE
66 -- 66-Zeiss Axiovert 200 High-Speed Imaging System
- Notice Date
- 1/24/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, MD, 20814-4799
- ZIP Code
- 20814-4799
- Solicitation Number
- Reference-Number-MIC3000004
- Archive Date
- 3/1/2003
- Point of Contact
- Beverly Roberts, Contract Specialist, Phone 301-295-3868, Fax 301-295-1716,
- E-Mail Address
-
broberts@usuhs.mil
- Description
- The Uniformed Services University of the Health Sciences (USUHS), Bethesda, MD intends to award on a sole source basis, a contract to Applied Scientific Instrumentation (ASI) and TILL Photonics, Inc. for installation of a Zeiss Axiovert 200 High Speed Imaging System. This notice constitutes a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulation (FAR) Part 12, Commercial Acquisitions and FAR Part 13.5 supplemented with additional information included in this notice. Based on this notice, the system will be procured on a brand name or equal basis. Proposals are hereby being requested and no further written solicitation will be issued. The provisions and clauses in the RFP are those in effect through FAC 2001-11. Questions may be submitted via mail to the address above or to fax (301) 295-1716. All written questions received will be answered in writing and transmitted to all offers via an amendment to the solicitation. This notice is being used as a request for proposal for the following components and options : 1) Polychrome I V: high speed scanning monochromator with - 150 W Xenon light source with highly stable power supply; quartz light guide (2m) for coupling to the microscope; computer controlled selection via galvanometric scanner allowing it to reach any wavelength between 260 and 680nm in less than 3ms. Complex multiwavelengths protocols are possible; bandwidth 15 nm-variable bandwidth option also available; system must have 8 mw of monochromatic light at the objective plane; homogeneity in the objective plane better than 5%. 2) Control Boards for Polychrome: Imaging System Control board (DSP) for control of wavelength and synchronization of the TILL Imago camera and the Polychrome and to run sophisticated multiwavelength, multidevice protocols. It contains: * three digital outputs as well as an * RS-232 output. Unit must have interlaced control of camera for high speed synchronization; Analog/digital interface board (PDI); Control panel for manual control of the Polychrome (PMC); BUS board for docking of Control boards; 3) Electromechanical Shutter For Polychrome; 4) Condenser: custom designed epifluorescence condenser and light guide for Zeiss Axiovert inverted microscope. Condenser must be custom designed specifically for the Axiovert 200 to allow maximum light throughput and optimal homogeneity for wavelengths from 280 nm to 680 nm.; 5) Calibration set: wavelength check and intensity optimization, consisting of 2 interference filters, one solid state detector and meter. 6) TILL QE 1376x1040 Imago Camera: Sony interline transfer sensor with lens-on chip; External Air Peltier-Cooled Slow Scan CCD Camera with resolution 1376x1040 pixels, pixel size 6.45x6.45 ?m; a C-mount connector on the camera; a 12 bit A/D converter with16 MHz sampling rate allowing acquisition of 9 complete images and over 50 partial images per second with column and row binning and column skipping mode; a Computer Interface Board: PCI frame grabber with 16 MB buffered image memory; an air cooled camera with an external fan that reduces the CCD temperature to -12C and camera must have specific firmware installed for overlapping excitation and read out synchronization. 7) TILLvisION Software 4.1: extended C library; software update for one year and vision image processing Software. 8) DELL Optiplex GX 110 computer Pentium IV with at least 1.6 GHz: 512MB, SDRAM, 80GB HD, 48x CD-ROM, 8x/4x/32x DVD CD-Rewriter, network card, TILLvisION & MS office installed Windows 2000, Key board & mouse, 17" Dell LCD Monitor. USB 2.0 ports standard and single day installation and training. 9) TILL-Deconvolution: allows the reduction of the out of focus light in the Z-stacks to visualize all of the true signal information. The technology is based on a linear filter, similar to modern methods in adaptive signal processing. TILL-Deconvolution yields excellent results (lambda/4 in xy-direction) with extraordinary speed. This performance is reached in two steps: The point-spread function of the optical set up will be determined and then the optimal filter can be calculated. This process takes some time to complete but only has to be run once for each objective used and secondly, once the filter is calculated the deconvolution of the Z-stacks is done in minutes. 10) Piezo Objective Driver: sub micron resolution and fast setting time < 20ms including controller and software that is required for Deconvolution system. 11) 3D-Rendering 12) Imaris: Bitplane's high quality software package to process and visualize 3D images that have been designed to view TILLvisION?s image data directly (no export necessary) or read tiff stacks exported by TILLvisION. Shadows, transparencies, perspective projection, animation (movies), and stereo projections have been carefully designed with visual cuing, guaranteeing optimal image quality. 13) ImarisSurpass is Bitplane?s 3D Analyze Software that enables users to explore their volume images using a novel combination of surface rendering, object slicing, and volume rendering. The objects in the scene can be selected and measured interactively. The surface object, for instance, displays its surface area and its volume in the measurement dialog when selected. Surpass fully integrates the volume rendering capabilities already known from Imaris. 14) TILLvisTrac, a Tracking-Module: sensitive object detection, time-space tracking, dynamic visualization and quantification. The tracking module software must have fuzzy logic algorithm for predicting vesicle movement & co localization. 15) Second 17? LCD Monitor with required driver. 16) Second TILLvisION License Key for Analysis; 17) Second TILL-Decon License for Analysis; 18) Second Imaris License for Analysis; 19) Second ImarisSurpass License for Analysis and 20) Second TILLvisTRAC License for Analysis. 21) Optical Insights Emission Filter Splitter With CFP/yFP FRET Filter set: (21a) Part No. MSMI-DV-FC Dual-View MultiSpec Micro-lmager w/click-in Filter Cube (C-mount); (21b) Part No. MS-DV-91020 Dual-View Filter Cube - (required for Dual-View Models -filters not incl.); (21c) Part No. MS-505LDX-1826 505 LP Dichroic -18x26 mm, Extended reflextion; (21d) Part No. MS-480/30-25 25mm, 480 CWL, 30 BP-CFP FRET Emission filter; (21e) Part No. MS-535/40-25 25mm, 535 CWL, 40 Bp-YFP FRET Emission filter; (21f) Part No. OI-04-EX CFP/yFP dual excitation /emission filter set for microscope. 22) ASI FW-1000 Filter Wheel : FW-1000-8-25 filter wheel with control electronics. Control is via serial RS232. For high-speed operation a protocol can be written & stored in the contoller's memory and executed with a TTL pulse. A feedback positioning TTL pulse is also available for "at position" syncronization. Unit can be used to control excitation & emission wavelengths. Max speed between single filter slots is 35ms. FW-100-8-25 holds 8, 25 mm filters. The FW-1000 is designed for low vibration operation. 23) Emmision adapters for inverted microscope: adapters to connect filter wheel between standard side camera port on IX 70 & camera. Consists of IX70 C-mount adapter on one side & male C-mount threads on other side to screw camera onto. 24) ASI TTL-2 Dual Shutter Controller: unit controls two Uniblitz type shutters with TTL pulses & manual switches. 25) 15 mm stage spacers: four precision 15mm spacers to raise the stage on a Zeiss Axiovert 200 up 15 mm. DELIVERABLES: The system shall be delivered and installed at USUHS, Bethesda, MD 20814-4799, and FOB: Destination within 90 days. Delivery shall be made within the hours of 8:00 a.m. to 4:00 p.m., Monday through Friday, excl. Federal holidays, and shall be scheduled with the COR named at the time of award. PACKING and SHIPPING: All items packed and shipped shall have the mailing label addressed as follows: USUHS (complete address) and the contract number (named at the time of award). INSTALLATION: The contractor shall be responsible for the movement of all equipment to installation site. The Contractor shall install the microscope, complete with the components. The Contractor shall also perform verification testing and provide technical support. Installation shall be completed within 30 days after delivery to USUHS and is to be coordinated with the COR (to be named at time of award). SET-UP and TRAINING: The Contractor shall be responsible for performing all start-up operations to ensure the system is fully functional for its intended purpose. The contractor will provide at least three full days of operator training in the laboratory at USUHS within 15 days after completion of installation. DOCUMENTATION: Upon completion the contractor shall provide two (2) sets each of all equipment/software manuals for the Zeiss Axiovert 200 High Speed Imaging System. Final payment shall not be made until such documentation is received and accepted by the Contracting Officer. WARRANTY: A standard commercial warranty shall be provided for the software and equipment. The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. The provision of FAR 52-212-1, Instruction to Offerors - Commercial Items and 52.211-6, Brand Name or Equal, applies to this acquisition. All offerors are required to submit a completed copy of Addenda to FAR Clause 52.212-1 1) Item (b) Submission of Offers is amended to include the following: Submit your proposal, acknowledgment of amendments (if any), software licensing agreements (if any), descriptive literature for the proposed equipment and software, and the FAR 52.212-3 ? Offeror Representations and Certifications ? Commercial Items, prior to an award. Telegraphic or facsimile offers are not acceptable. Period for acceptance of offers is amended to include the following: The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. The provision at 52-212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. The provision of FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following evaluation criteria are included in paragraph (a) of that provision. Addendum to FAR clause 52.212-2. Evaluation Factors for award: Any resulting order will be issued to the company offering the best value to the Government, price and other factors considered. Factors that will be considered are Technical capability and price. Technical capabilities are significantly more import ant than price. Failure to provide the information relative to each evaluation factor may render offer non-responsive. 1) TECHNICAL CAPABILITY: Technical capability will be based on product literature, technical features and/or warranty provisions. Each offeror is required to submit licensing (if applicable), descriptive literature, or other documentation, manufacturer or brand name and model of the item, and show how the offered product meets or exceeds the requirements as specified in the Specifications. 2) PRICE: Price includes all equipment, software, software licensing, training, warranty costs, discount terms, and transportation costs. Evaluation is based on best value including cost and ability to meet stated requirements above. Offerors shall submit descriptive literature and drawings detailing features, technical capabilities and warranty data. Technical acceptability will be determined solely on the content and merit of the information submitted response to this provision as it compares to the minimum characteristics provided above. Therefore, it is essential that offerors provide sufficient technical literature, documentation, etc., in order for the Government evaluation team to make an adequate technical assessment of the quote as meeting technical acceptability. The full text of these clauses may be accessed electronically at this address: http://www.arnet.gov/far/. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items. The following FAR clauses cited in 52.212-5 are applicable to this acquisition for supplies: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 1984); 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era Veterans (APR 1998); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (JAN 1999); 52.225-3, Buy American Act Supplies (JAN 1994); 52.225-13 Restrictions on certain Foreign Purchases (FEB 2000); 52.225-21, Buy American Act North American Free Trade Agreement Implementation Act Balance of Payments Program (JAN 1997); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (May 1999); 52.239-1, Privacy or Security Safeguards (AUG 1996). ALL INTERESTED PARTIES SHALL SUBMIT OFFERS WITH THE FOLLOWING INFORMATION: Federal Tax Identification (TIN); Dun & Bradstreet Number (DUNS); remit to address if different; and business size. As of 31 May 1999 all Contractors must be registered in the Central Contractor Registration (CCR) Database as a condition for contract award. Contractors may register in the CCR through the World Wide Web at http://www/acq/osd.mil/ec or call the DOD Electronic Information Center at 1-800-334-3414.
- Place of Performance
- Address: 4301 Jones Bridge Road, Bethesda, Maryland
- Zip Code: 20814
- Country: USA
- Zip Code: 20814
- Record
- SN00246687-W 20030126/030124214757 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |