Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2016 FBO #5507
SPECIAL NOTICE

66 -- HIGH-CONTENT IMAGING TISSUE PROCESSOR

Notice Date
12/19/2016
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
USGS OAG DENVER ACQUISITION BRANCH PO BOX 25046 204 DENVER FEDERAL CENTER DENVER CO 80225-0046 US
 
ZIP Code
00000
 
Solicitation Number
G17PS00104
 
Point of Contact
Wilson, Mary
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY for market research purposes to identify interested vendors for the potential requirement detailed below. A formal solicitation and performance work statement are not available. Additionally, in accordance with FAR 19.5, Set-Asides for Small Business, the Government will review the information requested in this announcement to determine the type of set-aside (if any) for this requirement, should it come to fruition. The US Geological Survey (USGS) has a potential need for the purchase of one Brand Name or Equal to High-content Imaging System, ImageXpress Micro XLS per the below specifications: Sensor shall have a minimum of 4.6 megapixel scientific CMOS Linear encoded voice coil driven X,Y and Z stages shall have < 100 nm resolution Field of view shall be a minimum of 3.4 mm by 3.4 mm and be adjustable Default light source shall have a minimum of > 10,000 hour life span Shall have maximum of 1x to 100x magnifications, maximum of 0.05 to 0.95 numerical aperture, air and maximum of 1.4 numerical aperture for oil objectives. Shall be able to go from slides to plates Shall have the compatibility to go from 6 to 1536 wells, thin to thick plate bottoms, glass to plastic and low to high profile Shall include turnkey solutions for a minimum of 95 most common analysis routines Shall include image analysis software with a flexible toolbox for advanced assays with editor enabling interactive analysis creation without complex scripting to develop individualized automated application modules, including advanced analysis of time-course imaging Shall include off-the-shelf software application modules for analysis of: oApoptosis oEndothelial tube formation oPromotion or inhibition of blood vessel formation oCell viability oCell cycle Analysis oMembrane potential oCytotoxicity and oCell proliferation oDetermination of cell health and proliferation in populations of mono-, bi- and multi-nucleated cells oMicronuclei analysis for genotoxicity oCell migration oCell counting oKinase activation oFatty acid uptake oMitosis oAdipogenesis oExamining transfection efficiencies oStudying intracellular structures oReceptor internalization oPunctate staining oClustering target molecules oProcess extension oNeurodegenerative disease research oCell differentiation (Stem cell research) oProtein movement, translocation and co-localization oCell pathway analysis oProtein phosphorylation oMitochondrial localization and toxicity oDetect monopolar spindles oAngiogenesis tube formation oTime-lapse and kinetic analysis Shall include software to allow for offline analysis of images on at least 3 computers Shall have Digital Confocal option to enhance contrast of images during acquisition Shall include macros to analyze unique applications Shall have 2X, 4X, 20X, 40X objectives Shall have FITC/Alexa488, TRITC, Texas Red, DAPI, and Cy5 filters All objectives and filters are user changeable for maximum flexibility Shall have high-speed firmware-controlled auto-focus with a dedicated laser Shall have low resolution, whole-well, three-color cell scoring application with a minimum of > 10 million cells/hour and a minimum of > 30,000 wells/day Shall have high resolution two color assay with a minimum of > 1.00 million cells/hour and a minimum of > 45,000 wells/day Analysis scaling shall be faster than acquisition Environmental control option which provides temperature, CO2 and humidity to the sample plate to maintain live cells in an incubator-like environment Shall include a PC with Intel Xeon CPU-1607 v2 @ 3.00GHz, 12.0 GB RAM, 64-bit Operating System, and Windows 7 Professional Shall include a 22 inch monitor, 1920 X 1080 with 2 USB ports Shall include installation and training Shall include a minimum of 1 year warranty for parts and labor Shall include a minimum of 1PM onsite performance assurance service plan The North American Industry Classification System (NAICS) code is 334516 and the size standard is 1,000 employees. There is no incumbent contractor. All business concerns who believe they can responsibly perform this requirement should submit the following information to the contracting officer no later than 4PM CST Monday January 17, 2017: 1.Capability statement describing corporate expertise and technical qualifications in the work described above. 2.Past performance information describing other contracts for similar services your company has been awarded. Past performance information should be submitted for projects conducted within the last three years and include: project title, location, whether the work was as a prime or subcontractor, contract/subcontract dollar value, type of contract, percentage of self-performed work, and overall performance rating received. 3.Small business status of vendor (8(a), HUBZone, SDVOSB, etc.) 4.Point of contact information for vendor, Cage Code, and D&B Number. 5.Any other information that will prove the vendor is capable of performing the required effort. Submissions should be emailed Beth Wilson, Contracting Specialist at bwilson@usgs.gov. Responses should be limited to 10 pages (single-sided). NOTE: All information submitted in response to this announcement is voluntary - the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Materials submitted to the Government for review will not be returned. Respondents will not be notified of the results of the evaluation. This is not a request for proposals. The Government does not intend to award a contract based on responses received under this announcement. All questions and concerns may be submitted to the contracting officer via email only at bwilson@usgs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G17PS00104/listing.html)
 
Record
SN04355154-W 20161221/161219234459-0ca7345bb2d5624d328607b01a748301 (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.