Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2011 FBO #3514
SOLICITATION NOTICE

66 -- Confocal Microscope System

Notice Date
7/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-(DE)-2011-214-JML
 
Archive Date
7/29/2011
 
Point of Contact
Jonathan M. Lear, Phone: 3014514470
 
E-Mail Address
learj@nhlbi.nih.gov
(learj@nhlbi.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. The solicitation number is NHLBI-CSB-(DE)-2011-214-JML and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-53 (July 5, 2011). The North American Industry Classification System (NAICS) code applicable to this requirement is 333314 with a size standard of 500 employees. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The National Institutes of Health (NIH), National Heart, Lung, and Blood Institute (NHLBI), on behalf of the National Institute of Dental and Craniofacial Research (NIDCR), intends to award a fixed price purchase order for the following: -Confocal Microscope System w/Tissue Culture and Stereo Microscopes Background Information The NHLBI on behalf of the NIDCR is seeking to purchase a confocal microscope system to couple with an inverted tissue culture microscope and stereo microscope. Some work in the NIDCR Division of Intramural Research (DIR) consists of the molecular, cellular and developmental characterization of ppGalNAcTs and their substrates, the mucin-type O-glycans. To conduct these studies, we rely largely in qualitative and quantitative morphological studies by using a broad range of imaging techniques in various model systems including mice, sea urchin and cells grown in vitro. Because we use multiple model systems with very unique features, and because we are trying to address many biological question including subcellular distribution and protein-protein interaction analysis, we need a flexible confocal microscope that can provide us among other things with high quality and high resolution images of superb sensitivity, a user-friendly software platform, the ability to do 3D imaging, multi-fluorophore (spectral) acquisition, and live cell imaging capabilities (temperature control, high sensitivity, pixel precise control of illumination and fast acquisition). In addition, we require software that enables us to perform qualitative and quantitative analysis in order to accomplish colocalization studies, ratiometric imaging, FRAP/FRET studies, identification of autofluorescence and 3D reconstructions and measurements (including volume, surface area, length, radius of sphere with equivalent volume and maximum and minimum Feret's diameter). Therefore the confocal microscope we need to purchase must contain some unique and specific features. Also, we need to have a flexible system that is compatible with the confocal microscope we are purchasing so we can easily change optics and filter sets to observe cells under different magnifications and cells expressing different trans-genes. Below are the Government required specifications: Specifications 1.The confocal system must have a Variable Secondary Dichroic beam splitter (VDS) optical continuous spectral element that allows free separation at any point in the visible spectrum to separate the light to all detectors thereby providing full variable spectral separation of fluorophores. 2.The system must have freely configurable detection settings with no limitation on either side of the detection wavelength limiting bandwidth. 3.The system must have low noise electronic design which would allow for Digital Gain boost in addition to master Gain pedestal on detector. 4.System must acquire images in 8, 12 or 16 bit. 5.Image resolution must reach 2000x2000 pixels. 6.Real Time electronics are required which allows for management of data online and simultaneous data analysis on the system PC while images are being collected. Software/Hardware platform must support parallel collection and analysis of data to save precious time and cost for the scientists gathering and analyzing their data on the Confocal. 7.Primary Dichroics must provide 6-7 OD blocking of laser and the system must provide high laser suppression for reflection free imaging done by 90 degree special dichroics. 8.Acquisition must allow for free rotation of the scan field through a complete 360 degrees rotation. 9.Line selection and attenuation per ROI - 99 ROI's must be possible. 10.System must include following Laser lines which are ALL diodes - 445, 488, 555 and 635nm. 11.The system must have 0.6 to 40x Zoom capability. 12.The system must possess absolute linear scan movement to insure equal pixel dwell times as this is critical for quantitative data collection and analysis. 13.14 different scan speeds (28 with bi directional speeds) must be available with complete flexibility in scan collection so users can match scan speeds with sample preparations. 14.Workspace must be customizable for size and layout for each user. Large user base must be able to customize their workspace for quick, easy and comfortable personal use. 15.The system must have automatic laser wavelength shut off after 15 minutes of non-use and automatic re-starting prior to subsequent scanning to preserve laser life. 16.Single Click ‘reuse button' to configure system from previously collected images must be available. 17.Spectral channel acquisition in conjunction with optional Transmitted light PMT imaging is required. 18.The system must be capable of spectral data collection down to 1nm resolution. 19.System must fully utilize light on both sides of the specified spectral wavelength for spectral unmixing so that no photon is lost or limited by narrow band pass detection even when scanning with 1nm resolution. 20.Emission Fingerprinting must be available, which results in reliable separation of different fluorescent dyes even with highly overlapping emission spectra. 21.Software must allow for ‘Smart Setup' to automatically adapt of system configuration based on the user selection of particular dyes being used in a sample. This must not require preset settings. Users should be able to specify freely by dye combination to setup system. 22.3D Reconstruction and Stereo Viewing is required. 23.System must be capable of Colocalization, Histogram, Profiles, and Image Arithmetics. 24. FRET-Fluorescence Resonant Energy Transfer Analysis via Sensitized Emission, Acceptor Photo bleaching and Spectral FRET analyses are required within the software package. 25.System must be capable of FRAP-Fluorescence Recovery after Photo Bleaching Full analysis and plotting of diffusion and Kd. 26.Physiology package to include calculation of ion Concentrations and all data plots is required. 27.System must offer Multi point Acquisition and customer programming of Time Series. System must be able to perform overnight multipoint experiments lasting at least 3-4 days duration with no limit of collection of data points. All Incubation and Automatic focus must be software integrated! 28.Multipoint Acquisition must support multi-tracking of 4 or more channels. This must include automatic switching of all hardware acquisition components (i.e. laser lines, power, gain, spectral bandwidth, filters etc.) for any track during multi-position imaging with the scanning stage that supports a minimum of 100 independent locations. 29.Axiovision Separate Workstation Software supporting 2 & 3D measurement capability 30.Inverted research grade Microscope must included Objectives: •EC Plan Neo 10x/.3 WD 5.2mm •Plan Apo 20x/.8 WD.55mm •EC Plan Neo 40x/1.3 WD 0.21 mm •Plan Apo 63x/1.4 WD...18mm 31.Visual Filter sets must include DAPI, CY3, GFP and CFP 32.Focus Stabilization must be fully integrated into hardware and software. System must allow touch control from a docking station that is fully integrated into the software. Focus must be fully functional with multi position imaging. 33.System must use thin film technology to remotely control the microscope. 34.Scanning Stage must be fully integrated with the hardware and software allowing for Multi Tile imaging and stitching as well as multi-point imaging 35.Full Incubation is required for multiday experiments which do not require enclosing the entire system in a box. Heated Insert only must provide this incubation. Must be able to stay in focus and fully integrate with definite focus unit for fast as well as long-term time lapse imaging. 36.Hardware Docking Station which can control microscope remotely as well as provide a comfortable Focus drive. Unit must be able to sit remotely off the Microscope table and be positioned near the computer workstation. 37.30"X30" Microscope Vibration Isolation Table is required. 38.Transmitted and Fluorescent Light paths incl. Halogen and HBO lamps are required. 39.System must have fully programmable ergonomic button control of all motorized features near the focus knobs of the stand for easy control. 40.Z focus drive must be capable of 9.9mm travel range with a 10nm step size. 41.Microscope must have an integrated Contrast Manager to preset all light and microscope conditions for visual use. 42.High Pressure Casting with Large mechanical Footprint for outstanding mechanical and thermal isolation for all external mounted accessories as well as providing ultra stability from external influences like fluctuating room temperature is required. 43.Microscope must have the ability to insert structured illumination device in the reflected light path to do wide field structural sectioning to eliminate background fluorescence; 44.Required Fluorescence Key Features: •Fluorescence Beam Path must be Apo chromatically corrected •6x reflector turret with 200ms switching time •Easy push and click replaceable filter cubes •Self aligning HBO. 45.Microscope must have fully integrated incubation controllable via software or the touchpad. 46.Tissue culture microscope must have integrated light paths for coupling with CCD camera. 47.Tissue culture microscope must permit integration of Varel and phase contrast as well as PlasDIC contrast techniques. 48.Tissue culture microscope must offer condenser NA's of 0.2 through 0.55. 49.Tissue culture microscope must offer greater than 17cm working distance for large vessels in brightfield. 50.Tissue culture microscope must use infinity corrected optics that can be exchanged with the confocal microscope. 51.Tissue culture microscope must have a viewing tube that is positional to different heights. 52.Tissue culture microscope fluorescence pathway must include filter set cubes that are exchangeable with the confocal microscope. 53.Stereo microscope must have a zoom system numerical aperture of at least NA 0.144. 54.Stereo must have at least a 23mm field of view. 55.Stereo must be capable of a Photo Ergo tube with variable and integrated documentation port. 56.System must be capable of attaching 2 cameras simultaneously. 57.Stereo must have course and fine focus on both the right and left sides of the scope as well as a z travel range of 340mm. 58.Scope must have fully manual Zoom Optics (Pancratic system). 59.Scope must have a large scratch resistant sample space. 60.Scope must be capable of incorporating various LED based lighting options, spot, ring, reflected, transmitted, etc. 61.Stereo must be capable of incorporating 1-3 stereo objectives. Evaluation Criteria -The Offeror shall demonstrate its ability to provide the equipment based on the Government required specifications. The Government's acceptance terms and FOB destination point is the National Institutes of Health (NIH), National Institute of Dental and Craniofacial Research (NIDCR), Bethesda, Maryland. FAR Provisions and Clauses which apply to this Acquisition are the following: 1) FAR Clause 52.212-1 Instructions to Offerors Commercial; 2) FAR Clause 52.212-2, Evaluation Commercial Items. As stated in FAR Clause 52.212-2 (a), The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered; 3) FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Items, Contract Terms and Conditions Commercial Items; and 4) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation for Simplified Acquisitions. The offeror must include in their quotation, the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. Note: In order to receive an award from the NHLBI, contractors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov. Quotes are due July 14, 2011 by 12:00pm Eastern Standard Time. The award will be made based upon the requirements specified in this combined synopsis/solicitation, and to the offeror providing the best value in meeting the Government's requirements. The offerors must provide documentation in support of the specified requirements. The Government intends to evaluate offerors and may award a contract without discussions with Offerors. Therefore, the initial offer should contain the offerors best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later it is determined by the Contracting Officer to be necessary. The Government may reject any or all offers, waive informalities and minor irregularities in offers received. The quote must reference the Solicitation Number NHLBI-CSB-(DE)-2011-214-JML. All responsible sources may submit a proposal which if timely received shall be considered by the agency. Responses must be submitted electronically to learj@nhlbi.nih.gov. Quotations may also be submitted in writing to the National Heart, Lung, and Blood Institute, Office of Acquisitions, COAC Services Branch, 6701 Rockledge Drive, Room 6151, Bethesda, MD 20892-7902, Attention: Jonathan Lear, Contract Specialist.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(DE)-2011-214-JML/listing.html)
 
Place of Performance
Address: National Institutes of Health/NIDCR, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02492639-W 20110709/110707235759-68bf51b6a5f1afceb06687da38e0ac93 (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.