Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 07, 2017 FBO #5705
SOURCES SOUGHT

66 -- Cell Imaging Multi-Mode Reader - Sources Sought 4611989

Notice Date
7/5/2017
 
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, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SS-17-510
 
Archive Date
7/27/2017
 
Point of Contact
Danielle R. Brown, Phone: 301 480 2385
 
E-Mail Address
danielle.brown2@nih.gov
(danielle.brown2@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought 4611989 - Cell Imaging Multi-Mode Reader Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE 1. Solicitation Number: HHS-NIH-NIDA-SSSA-SS-17-510 2. Title: Cell Imaging Multi-Mode Reader 3. NAICS Code: 334516 - Analytical Laboratory Instrument Manufacturing 4. Description: 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 the availability and capability of all qualified sources to perform a potential requirement. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Background: Following the direction of Dr. Frances Collins, NINDS has initiated an effort to study Post-Infectious Myalgic Encephalomyelitis/Chronic Fatigue Syndrome (PI-ME/CFS). This disorder refers to chronic and disabling fatigue, inability to recover after exercise, and physical and emotional discomfort occuring after a person has an infection. Protocol 16-N-0058 (Myalgic Encephalomyelitis/Chronic Fatigue Syndrome at the NIH) requires in vitro investigations of possible mechanisms underlying ME/CFS including mitochondrial respiration measurement. Mitochondrial respiration needs to be measured on the same day as the blood draw. Therefore, it is crucial to normalize the data to cell count immediately after the functional analysis on a mitochondria respiration analyzer. This instrument will perform analysis in an automated manner thereby eliminating variability from manual analysis. This will substantially improve the consistency and quality of the dataset and allow us to compare data from each patient at the end of the study. Purpose and Objectives: The purpose of this requirement is to procure the Cell Imaging Multi-Mode Reader system or equivalent to perform automated cell imaging and image analysis. This instrument will allow for the normalization of mitochondrial functional data and account for individual variability. Project Requirements / Salient Characteristics: BIOTEK Cytation 1 (CYT1V) or equivalent having the following salient characteristics: a) Imager featuring fluorescence and bright field imaging b) Automated stage to image up to 384 well plates. c) Imager must feature 4-position LED slider. d) Imager must feature two position objective turret to accommodate objectives ranging from 1.25x to 60x. e) Software featuring automated label free cell-counting, image processing and image deconvolution. f) Software must have the ability to import unique imaging plate definitions including custom mitochondria respiration analyzer cell culture plates. g) Hardware must allow for field upgrades to plate reading capabilities for absorbance, fluorescence, luminescence, time resolved fluorescence for future projects. e) Software must feature image and laser based autofocus. f) Imaging controller must be included. Salient characteristics / Required Hardware: a) Must be a compact, benchtop, standalone automated imager featuring fluorescence and bright field imaging. Must be configurable to include multi-mode detection in the same system as a future upgrade. b) Must be capable of maintaining CO2 and O2 levels from 1-19% through a module with zirconium sensors. Gas levels must be maintained by connections to standard CO2 or N2 tanks or lines and not use premixed air. Must be capable of maintaining live cell environment for an extended period of time for up to a week without perturbation of sample. c) Must provide light tight imaging to limit light exposure during fluorescent imaging while preventing excessive leakage of gases during live cell imaging. d) Must have temperature control up to 45° featuring 4-zone temperature control for stringent maintenance across the plate. Uniformity must be demonstrated and verified by an independent temperature test plate or another verified method. e) Must be capable of adding a dual reagent injector with dispensing accuracy of at least +/- 1µL with dispensing volume between 5 µl and 1000 µl. Tips of this dispenser must be angled to prevent damage to cell monolayer. f) Must have condensation control to prevent blurry images in long term assays. Objectives and sample plate should be maintained at same temperature. g) Must feature 2 imaging modes- fluorescence and high contrast bright field imaging. All light sources must be LED based. Fluorescence light sources must be a combination of LED and appropriate filter cube. They must be two separate components for mixing and matching for future assays. Must have at least 8 different LED light sources available. h) Must have a 4-position slider for holding fluorescence light sources. Filter cubes must range from deep UV wavelengths to near-infrared. i) Must have a 2-position objective turret. Must have magnifications from 1.25x to 60x. Objectives 20x and higher must feature correction collars for adjustment of height for slides, plates and tissue culture vessels. j) Must have stage inserts (adaptors) for custom-defined cell culture mini-plates, microscope slides, petri and cell culture dishes (35 mm and 60 mm dishes), T25 and T75 cell culture flasks, counting chambers, chamber slides and well plates. Software shall be able to image any custom plate layout as long as the total vessel height is less than 24mm. k) Must have the ability to change light cubes and objectives without disturbing sample plate for multiplexing imaging post acquisition. l) Must have laser auto focus option. Must also have image-based autofocus and fixed focus option. m) Must have auto-exposure, and auto-light intensity features Required Software: a) The software must be used to control the instrument, acquire images and perform analysis. It must allow for "on-the-fly" analysis to adjust parameters. b) Software must have the ability to perform end point and kinetic reads. c) Software must have the ability to set partial plate exposures for multiple different protocols on the same plate and in the same kinetic run. d) Software must have single color, multi-color, montage, time lapse, and Z-stacking imaging methods. Raw, unaltered image must be saved and exported as a 16-bit TIFF. e) Software must feature post processing tools like background subtraction and deconvolution. Must have option to output images as TIF, JPG, BMP, PNG and GIF. f) Software must have the ability to stitch images and make movies. Must output movies as MP4 or WMV g) Software must provide automated cell counting, cell measurements, and image statistics. Software must also have option to provide spot counting, dual masking and intensity measurements. h) Future software upgrades must be included free of charge. System Warranty: Contractor shall provide a minimum of a one (1) year warranty on the cell imager and a minimum of three (3) years on software. Contractor shall provide technical support service. Technical support service shall be on-site and/or virtual and include technical assistance and training on all service related issues. Vendor shall provide repairs if necessary during the warranty period and will cover all parts, labor and associated travel costs. All products shall be warranted to be free from material defects in workmanship or material under normal use and service for warranty period. Delivery Schedule: Within 8 weeks after award. Delivery / Installation and Training: Contractor shall provide inside delivery, installation and training at the following address: National Institutes of Health Building 10, Room2A10 10 Center Drive Bethesda, MD 20892 Capability statement /information sought. Please provide a capability statement, this includes: • Provide evidence the respondent has performed services. • Provide evidence of similar previous contracts of research of the same magnitude. • Information regarding (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed project of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. Please provide your DUNS number, organization name, address point of contact, and size and type of business (e.g., 8(a), HubZone, etc.,) pursuant to the applicable NAICS code and any other information that may be helpful. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The information submitted must be must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. The response is limited to one to two (1-2) page limit. The 1-2 page(s) do not include the cover page, executive summary, or references, if requested. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted. The response must be submitted to Danielle R. Brown, Contract Specialist, at Danielle.brown2@nih.gov. The response must be received on or before Wednesday, July 12, 2017 at 12:00PM, Eastern Standard Time. "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 any resultant solicitation(s)."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-SS-17-510/listing.html)
 
Place of Performance
Address: 10 Center Drive, Room 2A10, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04567579-W 20170707/170705235822-3f16da430e6e58256f4bf0bc564482ef (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.