SOLICITATION NOTICE
66 -- US EPA - Opera Phenix HCSS
- Notice Date
- 9/5/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- CPOD US Environmental Protection Agency 26 West Martin Luther King Drive Mail Code: NWD Cincinnati OH 45268 USA
- ZIP Code
- 00000
- Solicitation Number
- RFQ-OH-17-00060
- Response Due
- 9/12/2017
- Archive Date
- 9/26/2017
- Point of Contact
- Gifford, Sean
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quotation is being requested and a written solicitation will not be issued. This solicitation, number RFQ-OH-17-00060, is issued as a Request For Quotation (RFQ). NAICS: 334516Size Standard: 1,000 Employees The US EPA intends to negotiate on a sole source basis, under the authority of FAR 6.302-1, with PerkinElmer, Inc. to provide an Opera High Content Screening System (HCSS). The detailed description of the minimum requirements is as follows: NCCT coordinates the Computational Toxicology Research Program (CompTox), which is a part of the EPA ¿s broader Chemical Safety and Sustainability (CSS) research efforts. Chemical manufacturing and use across diverse industrial sectors is a cornerstone of the American economy. Moving toward sustainable development requires designing, producing, and using chemicals in safer ways. Information and methods are needed to make better-informed, more-timely decisions about chemicals. The EPA's CompTox program is tasked with advancing the science of toxicity testing through development of novel experimental and computational approaches to rapidly characterize the biological activity, exposure potential and potential human health risks associated with chemicals. These goals are to be achieved by incorporating advances in biotechnology, biology, chemistry and computer sciences into a high-throughput toxicity testing paradigm. One such advance in biotechnology is high-content image analysis (i.e. HCI). HCI is an integrated technology that uses automated fluorescence microscopy to rapidly acquire images of cells, organoids or small organisms maintained in microtiter plate culture formats and apply image analysis algorithms to objectively quantify changes in cell morphology, and other apical cellular functions, in response to chemical stressors. Acquisition of a high content screening system (HCSS) will aid in advancing NCCT ¿s core mission by facilitating development of rapid, efficient and cost-effective chemical screening assays performed in complex, multi-cellular two-dimensional and three-dimensional cell culture models. The HCSS must possess the following salient characteristics: ¿ The HCSS must be a complete, self-contained system with internal imaging optics and plate scanning hardware and software designed to automatically image and analyze multi-well plates up to 1536 wells. ¿ The HCSS main unit shall have dimensions no larger than width 134 centimeters (cm) x depth 65 cm x height 45 cm. ¿ The HCSS must include a Micro Lens Enhanced Dual Spinning Disk Confocal Unit with fifty (50) micron (um) pinhole diameter and at least 550 um spacing between pinholes. ¿ The HCSS must provide a confocal optical system which separates excitation of adjacent fluorescence channels in time and space to reduce spectral crosstalk during simultaneous multicolor confocal imaging. ¿ The HCSS must include two (2) Scientific Complementary Metal Oxide Semiconductor (sCMOS) Cameras as Detectors with at least 4.4 million pixels. ¿ The HCSS must be capable of simultaneous two (2) channel image acquisition. ¿ The HCSS must have fluorescence excitation provided by solid state lasers, with the following characteristics: 405 nanometers (nm) with at least 50 milliWatts (mW) power; 488 nm with at least 60 mW power; 561 nm with at least 50 mW power; 640 nm with at least 40mW power. ¿ The HCSS must include at least an eight (8) position emission filter wheel for each detector to provide flexibility for using multiple fluorescent dyes or proteins. ¿ The HCSS must include a six (6) position objective turret. ¿ The HCSS must include capacity for at least three (3) simultaneously mounted water immersion objectives with an integrated water pump. ¿ The HCSS must be able to simultaneously mount and scan at least four (4) microscope slides. ¿ The HCSS must include an environmental chamber to control temperature and carbon dioxide concentration. The environmental chamber must permit use of all optical techniques including transmitted light brightfield and Digital Phase Contrast. ¿ The HCSS must allow simultaneous on-line acquisition, analysis, and evaluation of images and data. ¿ The HCSS must allow data analysis at both the single cell and plate level with software produced by the instrument manufacturer, not by a 3rd party. ¿ The HCSS must include single cell tracking software. ¿ The HCSS must include software for application of custom image filters. ¿ The HCSS must include Machine Learning software for pattern recognition selection for analysis. ¿ The HCSS must include acquisition and analysis software for automated prescan at low magnification objectives, and accurately centered automatic rescan of desired features at higher magnification objectives. All Attachments are available through the FedConnect link included within this FBO posting. Delivery is FOB Destination by October 30, 2017 at the following location: US Environmental Protection Agency USEPA RTP Shipping and Receiving 4930 Page Road Mail Drop H137-3 Attn: Durham, NC 27703 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective January 13, 2017. The following provisions and clauses are incorporated into this combined synopsis/solicitation: FAR 52.203-18 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS-REPRESENTATION. (JAN 2017) FAR 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER. (MAY 2011) FAR 52.204-7 SYSTEM FOR AWARD MANAGEMENT. (OCT 2016) FAR 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING. (JUL 2016) FAR 52.204-17 OWNERSHIP OR CONTROL OF OFFEROR. (JUL 2016) FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE. (JAN 2017) FAR 52.209-2 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS-REPRESENTATION. (NOV 2015) FAR 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS. (JUL 2013) FAR 52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW. (FEB 2016) FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS. (JAN 2017) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS. (JAN 2017) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS. (JAN 2017) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS. (JAN 2017) and the following clauses selected within 52.212-5: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2015) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) 52.219-8, Utilization of Small Business Concerns (NOV 2016) 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) 52.222-3, Convict Labor (JUN 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (OCT 2016) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (SEP 2016) 52.222-35, Equal Opportunity for Veterans (OCT 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-37, Employment Reports on Veterans (FEB 2016) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-1, Buy American-Supplies (MAY 2014) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) FAR 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATIONS. (OCT 2015) FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS. (DEC 2013) EPAAR 1552.211-79 COMPLIANCE WITH EPA POLICIES FOR INFORMATION RESOURCES MANAGEMENT. (JUL 2016) EPAAR 1552.233-70 NOTICE OF FILING REQUIREMENTS FOR AGENCY PROTESTS. (JUL 1999) Local Clause EPA-H-42-102 UTILIZATION OF FEDCONNECT FOR CONTRACT ADMINISTRATION Local Clauses EPA-L-15-102 TECHNICAL QUESTIONS Local Clause EPA-L-15-104 ELECTRONIC SUBMISSION OF PROPOSALS/BIDS/ OFFERS/QUOTES (MAR 2014) All provisions and clauses are available in full text in the solicitation document available through the FedConnect link included within this FBO posting. The quotation shall be submitted no later than 3:00pm Eastern Daylight Time on September 12, 2017. The quotation shall be submitted via FedConnect.net. This procurement will be accomplished using FAR Part 12 Procedures. It is anticipated PerkinElmer, Inc. is the only source capable of providing the item meeting the minimum specifications. However, interested firms may identify their capability to respond to the requirement and must be able to meet or exceed the requirements for this work. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTATIONS. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Sources wishing to be considered MUST submit documentation to the office identified above. Documentation must be submitted within 5 calendar days of the date of publication of this notice. Submit your interest and capability to respond to the requirements in writing to Sean Gifford via e-mail to gifford.sean@epa.gov or via FedConnect.net. Telephone requests will not be honored. The point of contact for this requirement is Sean Gifford, Contract Specialist, 513-487-2506, gifford.sean@epa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/RFQ-OH-17-00060/listing.html)
- Record
- SN04662012-W 20170907/170905232240-e24a0eac4b0f359bc4adc48eafed414d (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 |