Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2005 FBO #1325
SOLICITATION NOTICE

66 -- Improvision OpenLab Cell Imaging System

Notice Date
7/11/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Research Contracts Br., 6120 Executive Blvd. EPS Suite 600, Rockville, MD, 20852
 
ZIP Code
20852
 
Solicitation Number
NCI-50083-NG
 
Response Due
7/21/2005
 
Archive Date
8/5/2005
 
Description
The National Institutes of Neurological Disorders and Stroke (NINDS), Synaptic Transmission Unit (STU), plans to procure an Openlab Cell Imaging System on a sole source basis with Improvision, Inc., 1 Cranberry Hill, Lexington, MA 02421. The North American Industry Classification System code is 334516 and the business size standard is 500 employees. This acquisition will be processed under FAR Part 12, Acquisition for Commercial Items and will be made pursuant to the authority in FAR 13.5 to use simplified procedures for commercial acquisitions. The NINDS STU focuses on the characterization of presynaptic transmission. This contract concerns the specific project which aims to measure vesicle reuse. In order to do that, we need to compare the exocytosis measured by two different techniques. One is electrophysiological measurements of the cell capacitance and the second is optical measurements of vesicle exocytosis using styryl dyes. The Improvision Openlab Cell Imaging Systems has the following unique specifications that are required for the NINDS STU project: 1) Graphical user interface shall allow users to constantly monitoring of the status of system controlled hardware including the monochromator, digital camera, electrophysiological equipment and valves; 2) Must include Orbit 2 Chassis to control existing government-owned monochromator and provide 8 lines Transistor-Transistor Logic (TTL) in and 8 lines TTL out for external device communication with electrophysiological equipment and valves, 3) Imaging system must be able to function as either slave or master to the electrophysiological system, 4) System Automator must employ a trace function to keep an accurate time record of all tasks performed while the Automation is running, 5) System must provide palette control and application panels to allow the user to configure the control functions of the software to his own specification, 6) Images must be stored internally in Layered Image File Format (LIFF), and 7) shall provide Density Slicing feature to threshold grey-scale images by intensity or color images by hue, saturation, intensity or red green blue color value. In regards to the CCD camera, the following unique specifications are required: 1) Visualize the fluorescence repetitively with minimal bleaching and see the cell with both Infrared-differential interference contract, (IR-DIC) and fluorescence optics, 2) Camera must have readout noise of no greater than <1 electron RMS at EM gain maximum., 3) Camera must have a dark current no greater than 0.1 electron/pixel/second, 4) Electron Multiplier gain must be x2000 at maximum, 5) Camera must provide CCD array of 512 x 512 pixels, 6) Pixel size must be 16 microns x 16 microns and, 7) Camera must be capable of sub-array readout, and 8) Camera must be capable of 2x2, 4x4, 8x8 and 16x16 binning to increase sensitivity and readout speed. This is not a request for competitive quotation. However, if any interested party believes it can perform the above requirement, it may submit a statement of capabilities. The statement of capabilities and any other furnished information must be in writing and must contain material in sufficient detail to allow NINDS to determine if the party can perform this requirement. Capability statements must be received in the contracting office by 1:00 pm EST, on July 21, 2005. If you have any questions, please contact Malinda Holdcraft, Contract Specialist, via fax at 301-402-4513 or via electronic mail holdcram@exchange.nih.gov. A determination by the Government not to compete this proposed 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. No collect calls will be accepted. In order to receive an award, contractors must be registered with the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA). Please reference NCI-50083-NG on all correspondence.
 
Place of Performance
Address: Bethesda, MD
Zip Code: 20892
Country: USA
 
Record
SN00844459-W 20050713/050711211803 (fbodaily.com)
 
Source
FedBizOpps.gov 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.