SOURCES SOUGHT
66 -- High Content Screening System for Imaging of Biological Samples
- Notice Date
- 6/30/2014
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SBSS-14-370
- Archive Date
- 7/22/2014
- Point of Contact
- Lauren M. Phelps, Phone: 3015942490
- E-Mail Address
-
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, MD 20892, UNITED STATES. Introduction: This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources, (2) whether they are small businesses; HUBZone small businesses, service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Purpose and Objectives for the Procurement: The purpose of this potential requirement is acquisition of one (1) brand name or equal high content screening system (HCSS) to perform high content imaging of biological samples at multiple wavelengths for the National Center for Advancing Translational Sciences (NCATS) Division of Preclinical Innovation. Project Requirements: The Contractor must be able to provide one (1) PerkinElmer Opera Phenix High Content Screening System or its equal. For reference, the PerkinElmer Opera Phenix High Content Screening System that meets the needs of this requirement includes the following Perkin Elmer Part Numbers: HH14000000, HH14000001, HH14000121, HH14000302, HH14000420, HH14000501, HH14000603, HH14000402, HH14000405, HH14000421, HH14000422, HH14000423, HH20110151, HH14910000, HH14000888, REGDELHCS, and SERVICE. The brand name or equal HCSS must meet the following requirements: 1. The HCSS must be a complete self-contained high content screening system with internal imaging optics and plate scanning hardware and software designed to automatically image and analyze multi-well plates up to 1536 wells. 2. 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. 3. The HCSS must include two (2) Scientific Complementary Metal Oxide Semiconductor (sCMOS) Cameras as Detectors with at least 4.4 million pixels each for simultaneous two (2) channel capture. 4. The HCSS must provide a confocal optical system which separate excitation of adjacent fluorescence channels in time and space to reduce spectral crosstalk during simultaneous multicolor confocal imaging. 5. Fluorescence excitation must be provided by solid state lasers with the following characteristics: 405 nanometers (nm) with at least 200 milliWatts (mW) power; 488 nm with at least 150 mW power; 561 nm with at least 100 mW power; 640 nm with at least 140mW power. 6. The HCSS must be field upgradable to a total of four (4) sCMOS Camera Detectors for 4 channel simultaneous image capture. The field upgrade must be possible with no system downtime while the upgrade is performed. 7. 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. 8. The HCSS must include a six (6) position objective turret. 9. All objectives must be barcoded for automatic recognition and configuration. 10. The HCSS must include at least three (3) simultaneously mounted water immersion objectives. 11. The HCSS must include an integrated Water Pump Kit to provide continuous water feed. This shall enable the use of the water immersion objectives for scanning an entire multi-well plate. 12. The HCSS must include Digital Phase Contrast to provide visualization and segmentation of unstained cells. The HCSS must keep live cells functioning normally and eliminate the need for nuclear dyes which destroy cellular function. 13. The HCSS must allow simultaneous on-line acquisition, analysis and evaluation of images and data. 14. Data analysis must be possible at both the single cell and plate level to provide results from assays in the selected format. 15. The HCSS must include single cell tracking software. This is needed for cell lineage experiments. 16. The HCSS must provide advanced morphology features ("STAR method") that allow quantification of various aspects of the form and structure of objects e.g. elongation, symmetry, and smoothness of the border and spatial distribution of intensity of texture features. 17. The HCSS must include texture analysis which uses pixel distribution to select objects for quantitation when neither simple intensity Thresholding nor STAR morphology will work. 18. The HCSS must include Machine Learning software for pattern recognition selection for analysis. The software must allow users to train the system to select and quantitate specific types of cells, etc. by simply drawing on the objects of interest. 19. 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. 20. The HCSS must come with basic user training for at least 5 different users and 16 total hours. The training may be provided for the users at the same time in a group setting. Installation and delivery shall be performed by the contractor. Anticipated Period of Performance: It is expected that delivery and installation will be completed within eight (8) months after contractor receipt of order. A firm fixed price contract is contemplated. Capability Statement: Contractors that believe they possess the ability to provide the required equipment should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. Contractors must provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Lauren Phelps, Contract Specialist, at Lauren.Phelps@nih.gov in MS Word format by or before the closing date of this announcement. All responses must be received by the specified due date and time in order to be considered. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your 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 review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government intends to negotiate a fixed-price contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-14-370/listing.html)
- Place of Performance
- Address: Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN03410632-W 20140702/140701024755-1c5b6c2209520f0104900c3c00468de5 (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 |