SOURCES SOUGHT
66 -- Confocal Microscope System
- Notice Date
- 7/30/2013
- Notice Type
- Sources Sought
- 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
- NIHLM2013804
- Archive Date
- 8/24/2013
- 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
- The National Institutes of Health (NIH), National Library of Medicine (NLM), on behalf of the National Institute of Diabetes and Digestive Diseases (NIDDK) is conducting a market survey to determine the availability and technical capability of qualified small businesses, veteran-owned small businesses, service-disabled veteran-owned small businesses or HUB Zone small businesses that can provide 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. This request is for interested firms with the capability of providing the items listed above and to submit a capability statement along with projected pricing, to assist the Government in determining in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b) whether or not this procurement will be set-aside for any of the programs described above. The intended procurement will be classified under North American Industrial Classification (NAICS) code 333314 with a size standard of 500 employees. POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: Company name, address, phone number, primary contact(s), e-mail address, NAICS code(s), business size (i.e., small/large) and DUNS number. All respondents are requested to identify their firm's size and type of business. Interested firms responding to this market survey must provide (a) capability statement demonstrating their experience, skills and capability to fulfill the Government's requirements for the above. The capability statement shall be in sufficient enough detail, but not to exceed 10 pages, so that the Government can determine the experience and capability of your firm to provide the requirements above. Your capability statement, not to exceed 10 pages, should include references. A copy of the capability statement must be received at the address identified in this synopsis by no later than close of business (4:30 pm local time at designated location) on August 9, 2013. Responses by fax or e-mail WILL BE ACCEPTED. This announcement is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation, Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. DISCLAIMER AND IMPORTANT NOTES: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in 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 a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality - No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIHL/NIHLM2013804/listing.html)
- Place of Performance
- Address: The National Institutes of Health (NIH), National Library of Medicine (NLM), on behalf of the National Institute of Diabetes and Digestive Diseases (NIDDK), 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03131470-W 20130801/130730235712-e00f4cdf7aac95093cd3440fb4868079 (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 |