Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2021 SAM #7106
SOURCES SOUGHT

66 -- Procurement of three (3) Brand name Axio Observer 7 Microscopes or equivalent for CCR/POB, LTIB and ROB

Notice Date
5/14/2021 3:32:43 PM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NIH National Cancer Institute Rockville MD 20850 USA
 
ZIP Code
20850
 
Solicitation Number
SBSS-75N91021Q00097
 
Response Due
5/21/2021 8:00:00 AM
 
Archive Date
06/05/2021
 
Point of Contact
David Romley, Jolomi Omatete
 
E-Mail Address
david.romley@nih.gov, jolomi.omatete@nih.gov
(david.romley@nih.gov, jolomi.omatete@nih.gov)
 
Description
BACKGROUND The U.S. Department of Health and Human Services (HHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Pediatric Oncology Branch (POB) employs an integrated multiparametric approach to better understand the dynamic relationships between osteosarcoma cells and their microenvironment in both murine models of disease and patient specimens. In order to effectively study the microenvironmental and immune-ocology landscape of different sarcomas, being able to observe, record and analyze them at a microscopic level is essential The Laboratory of Tumor Immunology and Biology (LTIB) functions as a multidisciplinary and interdisciplinary translational research programmatic effort with the goal of developing novel immunotherapies for cancer. The program takes advantage of the uniqueness of the NCI intramural program in that it spans high-risk basic discovery research in immunology and tumor biology, through preclinical translational research, to paradigm-shifting clinical trials. The Radiation Oncolgy Branch (ROB) research makes use of extensive single cell analysis of protein localization, co-localization and intensity, as well as other fluorescence-based techniques using enzymatic tags (ex. SNAP and HALO), proximity ligation assays (PLA), and nucleic acid dyes, including Edu and a variety of nuclear stains. The lab needs to be able to routinely and rapidly capture z-stacks for imaging of discrete foci, organelles, and centrosomes, that are often not captured well in single focal planes. The need for both color and fluorescent image capturing features requires color and black and white image capturing capabilities which include both hardware and software support.� To fully capture and understand relational aspects of the different cellular components of these microscopic landscapes, it requires features such as multiple apo low and high power objectives, structural illumination, motorized stage and deconvolution software.� In order to detect, capture and analyze detailed fluorescent imaging, the system requires scanning capabilities and software capable to automatic measurement analysis. Studies aimed at understanding of the complex interplay between components of the immune system and the tumor and tumor-associated stromal tissues. These observations help us to develop immunotherapeutic treatment regimens capable of promoting an effective anti-tumor immune response. � PRODUCT FEATURES/SALIENT CHARACTERISTICS The following product features/characteristics are required for the Axio Observer 7 Microscopes or equivalent: Defined by the POB: Inverted Microscope must be fully motorized including objective turret, reflector turret, Z, XY, incubation, condenser. Microscope must be made using high pressure metal casting for mechanical and thermal isolation from mounted accessories or external influences. Z-drive must have a 10nm step size. Fluorescence light path must be fully apo-chromatically corrected. Reflector turret must automatically recognize filter sets (automatic component recognition) and automatically track any subsequent changes of filters. Filter set holder must include �light trap� technology to improve signal, reduce exposure time and remove unwanted light from the imaging path. External touch pad must allow for control of all automatic components including Z focus, stage xy, objective turret, reflector turret, light path as well as integration of multi-component hardware settings as hot buttons. Microscope must automatically select the preset optimal light intensity and contrast condition per objective. Microscope must include 5x EC plan-neofluar, 10x plan-apochromat, 20x plan-apochromat, 40x 1.4 NA Plan-apochromat 63x Plan-apochromat, all capable of differential interference contrast. DIC pathway must include a magnesium fluoride plate to ensure homogeneity and precise pixel recognition in DIC AND fluorescence (no pixel shift). System must include an external fiber coupled metal halide light source for fluorescence illumination. System must include fully motorized structured illumination device that is capable of automatically adapting grids to all objectives for optimal optical section thickness. Optical section thickness must be automatically reported in the software. System must continuously scan the grid lines over sample to avoid bleaching lines into sample Grids must optimize automatically for focus shifts between different filter sets to provide balanced and optimal imaging of all fluorescent channels with each objective Software must be capable of automatic measurement analysis.� Must be capable of batch automatic analysis. Color camera resolution must be capable of resolutions from 1388x1040 up to 4164x3120 (corresponding to 13 megapixels per color channel), depending on the application. Color camera must be capable of Color co-site sampling and microscanning defined by sampling all red, green and blue components of the image guaranteeing complete color information for every pixel. Defined by the LTIB: Inverted microscope capable of acquiring images Motorized nosepiece capable of supporting z-stacks Motorized stage capable of moving along both the X and Y axis Solid-state LED light source equipped with 7 discreet LED lamps with the following excitation wavelengths:735 nm, 630 nm, 590 nm, 555 nm, 475 nm, 430 nm and 385 nm The instrument will contain optical filters suitable for the following fluorochromes: DAPI, FITC, mCherry, Cy7, Cy5, GFP (shift-free), Cy3 (shift free) The instrument will contain the following objectives all of which are suitable for use with a 0.17 mm cover slip: 2.5x objective with a 0.085 Num. Aperture, 8.8 mm free working distance 10x objective with a 0.3 Num. Aperture, 5.2 mm free working distance 20x objective with a 0.8 Num. Aperture, 0.55 mm free working distance 40x objective with a 0.6 Num. Aperture, 2.9 mm free working distance The vendor will supply a compatible heated plate with inserts suitable for 6-, 12-, 24- 48-, 96, and 384-well plates �Chamber microscope slides 33 mm petri dishes 60 mm petri dishes The heated plate will maintain a consistent, controllable temperature ranging from ambient to 45 degrees Celsius. The vendor will supply a heated glass lid which is compatible with the supplied heated plate. The heated glass lid will also be compatible with DIC contrast The heated lid will have 4 openings for perfusion tubing (width 3mm x height 7mm) The heated lid will maintain a consistent, controllable temperature ranging from ambient to 45 degrees Celsius. The heated lid will have an observation area of 142 mm x 70 mm and will have the maximum outer dimensions of 160 mm x 110mm x (19 mm) (W x D x H). The vendor will supply a CO2 gas mixer capable of the following: Control CO2 levels to maintain levels up to 15% +/- 0.1% Control humidity levels to maintain levels from 20-99 +/-5% The vendor will supply a compatible large chip ultra-sensitive sCMOS camera with a high dynamic range including the following characteristics:������� 5.07 mega pixel camera (2464 (H) x 2056 (V)) Will have a chip size of 8.5 mm x 7.1 mm Will have adjustable signal amplification of 1x, 2x, 4x, 8x and 16x Camera will have the following live frame rates: Region of interest: 2464 (H) x 2056 (V) = 60 frames per second Region of interest: 1920 (H) x 1080 (V) = 115 frames per second Region of interest: 1232 (H) x 1028 (V) = 173 frames per second To ensure sample remains in focus during long-term imaging studies, the instrument will utilize either Definite Focus 2 or Definite Focus 3 The instrument will utilize an AI sample finder with motorized aperture diaphragm and LED array for contrast enhancement. The vendor will provide a computer workstation and monitor with software capable of running the instrument. The computer will use the Windows 10 operating system The controlling software will include the following functionalities: Z-stack analysis Control the acquisition of time-lapse images Perform autofocus Capable of tiling images Capable of acquiring multi-channel images Capable of creating panorama images Capable of performing manual extended focus Capable of performing full deconvolution for optical sectioning The vendor will offer a ONE-year warranty on the microscope Defined by the ROB: Motorized Z drive for 3D imaging. �Motorized stage for automated whole slide imaging. Colibri 7 self calibrating LED FL light source with multi band pass filter cubes and new 730nm far red LED. 5X, 10X Phase, 20X, 40X and 63X oil high resolution objectives. Upgradeable to: ZEISS patented Apotome2 structured illumination optical sectioning for confocal-like images or LSM 900 Confocal. Dual Cameras: High resolution and dynamic range Axiocam 712 monochrome and Axiocam 305 color cMOS cameras PC Workstation and ZEN Software included. DELIVERY / INSTALLATION Delivery shall be within 30 business days of the Purchase Order award. The Contractor shall coordinate delivery and tracking information with the NCI Technical Point of Contact (TPOC) at each laboratory (POB, LTIB and ROB) , TBD at award, with tracking information to anticipate delivery to the best extent possible. All shipping/handling (including FOB) and delivery/installation fees shall be included in the quote. Upon delivery, the Contractor shall notify the TPOC at each laboratory (POB, LTIB and ROB) to schedule the installation. The installation date and time shall occur within 7 business days after delivery. Installation shall be performed by, or under the direct supervision of, an Original Equipment Manufacturer (OEM) certified operator. The Contractor shall deliver and install the equipment at the following addresses 1 unit to the POB 10 CRC, 1W-3872 10 Center Drive Bethesda, MD 20892 1 unit to the LTIB 10 Center Drive Building 10, Room 5B49 Bethesda, MD 20892 1 unit to the ROB 10 Center Drive Building 10, Room B3B405 Bethesda, MD 20892 TRAINING The vendor shall provide one day of either on-site or virtual remote training on how to use and maintain the instrument and associated software within 7 business days after installation. WARRANTY The Contractor shall warrant that any instruments, equipment, components, or other supplies (�Supplies�) procured by this purchase are free of defects in design, material, or manufacture for a period of at least 12-months from date of installation. The Contractor shall warrant that all consumables or expendable parts are free of defects in design, material, or manufacture for a period of at least 90 calendar days from date of acceptance by the Government. Supplies which are repaired or replaced shall be warranted for the remainder of the initial warranty period or for 90-days � whichever is greater. At least 12-months of Technical Support shall be included in the warranty. How to Submit a Response: 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 two pages demonstrating experience over the past two years meeting the requirements of this notice.� Statements should also include an indication of current certified 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. Due Date:� Capability statements are due no later than 11:00 AM. EST on March 21, 2021. 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. Written responses can be emailed to David Romley, Contracting Specialist at David.romley@nih.gov or mailed to the address located under Point of Contact.� All questions must be in writing and submitted via email.� 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 Representations and Certifications Application at www.sam.gov.� No collect calls will be accepted.� Please reference number SBSS- 75N91021Q00097 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, an RFQ may be published.� 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@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
SAM.gov Permalink
(https://beta.sam.gov/opp/f3a72fa7f0ad452785955d5cd20fac7a/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06002953-F 20210516/210514230120 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.