SOURCES SOUGHT
65 -- Acquisition of an EVOS FL Auto 2 Imaging System
- Notice Date
- 11/7/2017
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
- ZIP Code
- 20852
- Solicitation Number
- N02CO82506-36
- Archive Date
- 11/29/2017
- Point of Contact
- David H. Romley, Phone: 2402767822
- E-Mail Address
-
david.romley@nih.gov
(david.romley@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE: Acquisition of an EVOS TM FL Auto 2 Imaging System Notice Number: N02CO82506-36 Issued By: National Cancer Institute (NCI), Office of Acquisitions (OA) http://www.nci.nih.gov or http://rcb.cancer.gov/rcb-internet/ Key Dates: Capability Statement Due Date: November 14, 2017 by 12:00 pm Eastern This Small Business Sources Sought Notice (SBSS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Cancer Institute (NCI). The purpose of this Sources Sought Notice is to identify qualified Small Business concerns including 8(a), HUBZone or Service-Disabled Veteran-owned businesses that are interested in and capable of performing the work described herein. The NCI does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This requirement is assigned North American Industry Classification System (NAICS) code 339112 with a size standard of 1,000 employees. As a result of this Sources Sought Notice, the NCI may issue a Request for Quotation (RFQ). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NCI shall arise as a result of a response to this Sources Sought Notice or the NCI's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. The EVOS FL auto image system is a fully self-contained inverted microscope digital imaging system that includes: built in LED transmitted light source with a lifetime of 50,000 hours; two integrated CCD detectors with auto switching capabilities for high resolution imaging of both color and fluorescent images; a single compact integrated unit, including: microscope, digital cameras and high power fluorescence lighting system, which allows it to be highly portable and able to be housed inside cell culture hoods, BSL cabinets, or anywhere else in the lab; an automated X-Y scanning stage with SBS microplate opening and accessory vessel holders; time lapse, tiling and plate scanning software as core functionality with no additional charge. This imaging system will be used for long-tern time-lapse study of cancer stem cells to support many of the research projects conduced in the laboratory. Contractor Requirements are: To provide an imaging system that is brand name or equal to an EVOS TM FL Auto 2 Cell Imaging System is the only imaging system available on the market with the following capabilities: 1. The system is a compact integrated unit including: microscope, digital camera, computer, high power fluorescence lighting system. 2. The system includes an automated X-Y scanning stage with SBS microplate opening and accessory vessel holders. 3. The system includes automated objective turret, filter set and condenser. 4. The system simultaneously accommodates 4 independent high output LED light cube illuminators with integrated hard coated fluorescence band-pass excitation and emission filters for each cube plus a dedicated transmitted light slot. 5. The system is can simultaneously acquire images with four separate fluorescence channels plus transmitted light. 6. The fluorescence light cube is a single, interchangeable unit that can be easily removed and re-installed. 7. The system automatically recognizes which cube is installed and adjusts the software configuration accordingly. 8. The fluorescence LED illuminators have a lifetime of no less than 50,000 hours at 100% power. 9. The LED illuminators have independent intensity control. 10. The system includes two (2) cameras with auto-switching capabilities. 11. The system includes an integrated high-sensitivity CMOS monochrome camera with 1.3 million (1328x1048) pixels with 3.63 μm pixel resolution 12. The system includes an integrated high-sensitivity CMOS color camera with 3.2 million (2080x1552) pixels 2.5 μm pixel resolution. 13. The system accommodates a minimum of 5 objectives at once. 14. The system includes an option to autofocus using one of three algorithms. 15. The system provides a 1-click RGB channel overlay. 16. The system includes time lapse imaging capability. 17. The system includes tiling capability. 18. The system allows image acquisition in standard field mode and in area mode in which an entire sample vessel sector is visible. 19. The system allows identification and selection of a sample area of interest at low magnification in area mode and automatically scanning the selected area at higher magnification. 20. The system is capable of automated full plate scanning in time-lapse and/or area scan modes. 21. The system has a stage designed for an optional fully integrated onstage incubator for control of temperature, humidity and gases including CO2 and O2 at normoxic and hypoxic conditions. 22. The system includes software. 23. The system includes free downloadable software updates. 24. The system has at least one DVI output port and three USB output ports. 25. The system supports direct output to USB and networked storage. 26. The system provides the following output file formats: jpg, tif, and png. 27. The system enables user to have control through touch screen LCD monitor. 28. The system footprint does not exceed 18" deep x 14" wide x 13" high. How to Submit a Response: 1. Page Limitations: Interested qualified small business organizations should submit a tailored capability statement for this requirement not to exceed 10 single sided pages including all attachments, resumes, charts, etc. (single spaced, 12-point font minimum) that clearly details the ability to perform the requirements of the notice described above. All proprietary information should be marked as such. Responses should include a minimum of a one page resume of the individuals meeting the requirements, and up to two pages demonstrating experience over the past two years meeting the requirements of this notice. Statements should also include an indication of current small business status; this indication should be clearly marked on the first page of your capability statement (preferable placed under the eligible small business concern's name and address). Responses will be reviewed only by NIH personnel and will be held in a confidential manner. Organizations shall demonstrate 1.) Technical Approach 2.) Personnel Requirements and Organizational Experience. 2. Due Date: Capability statements are due no later than November 14, 2017 by 12:00 pm Eastern. 3. Delivery Point: All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the unique specifications described herein. All questions must be in writing and emailed to David.Romley@nih.gov. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, contractors must have valid registration and certification in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA) through sam.gov. No collect calls will be accepted. Please reference number N02CO82506-36 on all correspondence. 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 RFQ may be published in Fed Biz Opps. However, responses to this notice will not be considered adequate responses to a solicitation(s). Point of Contact: Inquiries concerning this Notice may be direct to: David Romley at David.Romley@nih.gov. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02CO82506-36/listing.html)
- Record
- SN04734368-W 20171109/171107231619-44f5569079fdd6e2db891e602d9b71ae (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 |