Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 29, 2015 FBO #4814
SOURCES SOUGHT

66 -- NINDS Division of Intramural Research (DIR) Effort to Purchase Three Confocal Imaging Microscopes - Package #1

Notice Date
1/27/2015
 
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-2015-103
 
Archive Date
2/21/2015
 
Point of Contact
Andriani Buck, Phone: 3014021677
 
E-Mail Address
andriani.buck@nih.gov
(andriani.buck@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment C Technical Specifications Attachment B Technical Specifications Attachment A Technical Specifications Statement of Work SOURCES SOUGHT NOTICE Solicitation Number: HHS-NIH-NIDA-SSSA-SBSS-2015-103 Title: NINDS Division of Intramural Research (DIR) Effort to Purchase Three Confocal Imaging Microscopes Classification Code: 66 - Instruments & laboratory equipment NAICS Code: 334- Computer and Electronic Product Manufacturing/334516- Analytical Laboratory Instrument Manufacturing Description: 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. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. 1.Background The National Institutes of Health (NIH)/ National Institute of Neurological Disorders and Stroke (NINDS)/ Division of Intramural Research (DIR) is the nation's leading medical research agency whose mission is to support and conduct world-class research into the causes, treatment, and prevention of neurological disorders and stroke. Research within the DIR depends on confocal imaging microscopy and necessitates the older confocal microscopes currently being utilized be replaced with modern technology able to offer the level of performance and sensitivity required by cutting edge research programs. Existing instruments lack features found in newer equipment and needed by our researchers such as the ability to maintain constant focus for extended periods of time, possession of motorized stages to allow for seamless multi-field image acquisition, inclusion of detectors required for specialized imaging modalities such as low-abundance or high-count fluorescent markers, and spatial resolution better than the diffraction limit of visible light (0.2 um). These capabilities are needed in our laboratories in addition to the field support, warranty services, manufacturer's training, manufacturer's certification, and access to proprietary parts and software information offered by more modern systems and required to keep the equipment in manufacturer's working condition. NINDS currently requires three new confocal microscopes: one for the shared NINDS Light Imaging Facility (LIF), one for the Synpatic Function Section (SFS), and one for the Synapse and Neural Circuit Unit (SNC). 2.Objective The purpose of this procurement is to obtain three confocal imaging platforms for NINDS investigators meeting the specifications within the Statement of Work and the respective attachments. 3.Scope 3.1.General requirements applicable to all three (3) microscopes NINDS/DIR intends to obtain confocal imaging platforms able to meet the challenges of biomedical research such as handling live or fixed specimens, from sub-cellular structures to whole animals, and fluorescent probes, including organic dyes and indicators, fluorescent antibodies, and endogenous markers. NINDS/DIR studies require the ability to image multiple fluorescent probes and the ability to image live specimens when the sample must be kept alive under the microscope for extended periods of time; the latter requires the instrument to provide the appropriate temperature, gas, and humidity level and furthermore since live specimens are sensitive to photo-damage the instrument must keep laser exposure as low as possible. The platforms must perform at speeds able to image fast moving and dynamic phenomena and possess specialized devices to keep the focus constant during long-term imaging experiments. For both live and fixed specimens, spatial resolution is needed for studies that require accurate localization of small cellular structures within a single nerve cell. The software for the confocal system must include capability for multitrack imaging by linewise and framewise switching of the laser excitation lines, spectral imaging, tiled image acquisition with seamless stitching, and user-defined sequential imaging protocols (including multi-positional z-stacks and time series with variable laser intensities). The supplier must provide at least three days of initial training and provide continuing application support, when requested, within three business days. The system must be under full warranty (parts and service) for two years from the date of purchase. A third year of service support (excluding parts) must be included, with the option to purchase complete maintenance coverage (parts and service) for at least five additional years. 1: Delivery to installation sites. See infra Deliverables/Delivery Schedule section. 2: Complete installation of 3 microscopes and accessory parts, each meeting the specifications of the 3 stated research programs. See Attachments A (LIF), B (SFS), and C (SNC). 3: Initial training and ongoing application support. 4: 12-month full warranty. 5: One additional year (second-year) extended full warranty. 6: A third-year warranty for service (not including parts). 3.2.Enhanced resolution imaging for LIF and SFS and upgrade path for SNC: The LIF and SFS require systems with an enhanced resolution imaging modality designed to image living samples while the system for SNC must include an on-site upgrade path for this enhanced imaging modality. The system must minimize the intensity and dose of excitation light so that unbiased data can be obtained from live samples during 3D acquisitions or long-term time-lapse recordings because continuous exposure to excitation light can induce cell damage (phototoxicity caused by the generation of free oxygen radicals) as well as photobleaching (and consequent loss of signal). The detector must be designed to maximize quantum efficiency (numbers of photons collected) and to minimize noise so as to optimize signal detection while allowing low levels of laser illumination. Moreover, the system must be able to rapidly collect images in order to monitor fast cellular activities such as exocytosis of vesicles (which also limits the numbers of photons that can be collected) and optimize spatial resolution which is essential for visualizing small cellular structures (at the expense of SNR). The enhanced resolution imaging modality must be applicable to the wide variety of fluorescent probes used by scientists in the DIR (organic dyes, fluorescent antibodies in many colors, fluorescent proteins) and must not require intense laser illumination. These requirements preclude techniques based on Stimulated Emission Depletion (STED), any localization-based imaging methodology such as PALM or STORM or any confocal imaging technique utilizing a reduced pinhole (<1 Airy Unit). We have carefully evaluated structured illumination techniques available from different vendors and found them lacking, in particular because they all require recording multiple images and are not well suited for imaging fast motile and dynamic events in live specimens, i.e., nerve cells. A more detailed list of requirements can be found in Attachments A (LIF), B (SFS), and C (SNC). The enhanced resolution modality must feature a 1.7 fold higher resolution in all three dimensions as the higher resolution is necessary for meeting current research needs. Furthermore, a high signal-to-noise (S/N) is required in order to image low-expressing signals in live specimens. The aforementioned mandate a detector which consists of at least 32 elements (Gallium arsenide Phosphide or equivalent), each of which collects a part of the light emitted from the focal spot in the sample; the contributions from each of these elements must be able to be combined by linear deconvolution, functionally reducing the pinhole diameter (to ~ 0.2 Airy Units) without reducing the signal. The computational step must be performed simultaneously to 2-D imaging so the benefits of improved resolution and SNR are visible in real-time (post-processing should not be required). The DIR proposes to acquire three confocal instruments. All instruments must be based on a common hardware and software foundation to minimize training and support and allow for cost efficiencies, but each instrument must also be tailored to the specific needs of the location where it will be put in service. One will be located in the Light Imaging Facility (LIF) and configured to meet the various needs of a large and diverse user base. It must include a highly sensitive multi-channel detector capable of full spectral imaging (in a single scan, not sequentially), high-count dye imaging with emission fingerprinting capabilities, and configurable to simultaneously capture fluorescence from as many as ten probes. In addition, it must have a separate detector (Airy Detector or equivalent) with significantly enhanced sensitivity and resolution (1.7 fold in x, y and z). See Attachment A for threshold specifications. The second instrument will be placed in the Synaptic Function Section (SFS, Dr. Zuhang Sheng). This instrument must be equipped with an Airy detector/equivalent to facilitate localization of small protein clusters that are on or within motile organelles along neuronal long processes such as axons and at synaptic terminals. See Attachment B for threshold specifications. The third instrument will go to the Synapse and Neural Circuit Unit (SNC, Dr. Wei Lu). Dr. Lu operates a new laboratory that lacks a required confocal microscope. The group requires more microscope time than the LIF allows. The instrument for SNC must be configured for optigenetic experiments on transgenic neurons expressing light-sensitive ion channels. See Attachment C for threshold specifications. 4.See Attachments for Additional Technical Requirements and Evaluation Criteria: a)Specific Requirements for LIF: See SOW Attachment A. b)Specific Requirements for SFS: See SOW Attachment B. c)Specific Requirements for SNC: See SOW Attachment C. 5.Deliverables/Delivery Schedule: See supra "Period of Performance" Section for more information. Invoicing to COR requested within 30 days after delivery acceptance. Purchasing government employee signs. This is a non-delegable duty. Government acceptance is to accompany the invoice when submitted. To whom deliverables should be delivered, and when: Three microscopes should be delivered according to the delivery schedule below. Receiving papers must be signed by cognizant COTR indicating proof of delivery, successful installation, training and acceptance. Period of PerformanceEstimated DatesDelivery Points of Contact Contract Award:1-Apr-15 Deliver SNC scope7-Aug-15SNC Scope for Dr. Wei Lu, Phone for delivery: 301-594-6207. SOW ATTACHMENT C. Deliver SFS scope24-Aug-15SFS Scope for Dr. Zuhang Sheng, Phone for Del: 301-435-4596. SOW ATTACHMENT B. Deliver LIF scope14-Sep-15LIF Scope for Dr. Carolyn Smith, Phone for Del.: 301-496-8893. SOW ATTACHMENT A. Completion:28-Sep-15 6.Software Purchases and Section 508 No exceptions apply to Section 508 requirements and therefore the contractor must state in the response that their product(s) comply with Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d). Software is part of the instrument and software patches and upgrades are supplied by the contractor Field Engineers when issued by the manufacturer so Section 508 of the Rehabilitation Act of 1973 (FAR Part 39.2 and HHS Part 39 - Section 508 policy at http://508.hhs.gov/) requires NIH/NINDS ensure that (1) Federal employees with disabilities have access to and use of information and data that is comparable to the access and use by Federal employees who are not individuals with disabilities. (2) Members of the public with disabilities seeking information or services from an agency have access to and use of information and data that is comparable to the access to and use of information and data by members of the public who are not individuals with disabilities. No exceptions apply. Contractor must state in the Proposal/Quote/Capabilites Statement that their product(s) comply with Section 508 and provide either the GPAT or VPAT. Capability Statement /Information Sought. The respondent's response shall also include any other specific and relevant information related to the requirements of this project that will enable the Government to determine the capabilities of the company to perform the specialized requirements described in this synopsis. Interested organizations must demonstrate and document in any response submitted, to this market survey extensive experience with and the ability to perform all of the specialized requirements elsewhere described. The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc.) pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. The information submitted must be must be in an outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required. The response is limited to fifteen (15) page limit. The 15-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondent's technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically (facsimile responses are NOT accepted ) to: Andriani Buck Contract Specialist NIH/NIDA/SSSA Andriani.buck@nih.gov The response must be received on or before February 6, 2015, 8:00 AM (EST). 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 presolicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. 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(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-2015-103/listing.html)
 
Place of Performance
Address: various, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03625972-W 20150129/150127234652-e32a76f26572a54424f30d7e709bf095 (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.