Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 11, 2015 FBO #4886
SOLICITATION NOTICE

66 -- Imaging Cytometer - FlowSight

Notice Date
4/9/2015
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Acquisition and Assistance Field Branch (Pittsburgh), Post Office Box 18070, Cochrans Mill Road, Pittsburgh, Pennsylvania, 15236-0070
 
ZIP Code
15236-0070
 
Solicitation Number
2015-Q-17076
 
Archive Date
5/9/2015
 
Point of Contact
Katie L. Oyler, Phone: 4123864450
 
E-Mail Address
ycy4@cdc.gov
(ycy4@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
The Centers for Disease Control and Prevention (CDC) / National Institute Occupational Safety and Health (NIOSH) intends to award a sole source contract to EMD Millipore Corporation for the procurement of the Amnis FlowSight System, an imaging cytometer. The CDC/NIOSH is in need of an instrument to better understand and detect changes in the molecular and cellular morphology caused by toxic compounds. Combining the speed of cellular analysis of cells in fluid suspension and the quantitative analysis of the multi-modal imagery obtained, cell analysis by imaging flow cytometry will provide understanding of complex biological systems in more detail than conventional flow cytometers or microscopes. The imaging component of the system will assist investigators in the selection of cell populations of interest, allowing better identification of the morphologically distinguishable phases of mitosis, more accurately identifying the various types of cell death, detecting changes in the molecular and cellular morphology caused by toxic compounds, and the detection and localization of nanoparticles in cells. The Amnis FlowSight System is the only product commercially available that meets the following requirements: 1. The instrument must be capable of acquiring microscopic images from cells in suspension at flow rates of 2,000 cells per second. 2. Instrument must be able to generate twelve (12) images of each cell. These images must include at least one brightfield image, an optional darkfield image and up to ten separate fluorescent images. The fluorescent images must fall into the following spectral bands: 468nm / 76nm, 532nm / 56nm, 578nm / 36nm, 628nm / 64nm, 690nm / 60nm, 760nm / 80nm. 3. The system must be able to load and inject only 20uL of sample from a single micro-tube and provide a 96-well plate auto-sampling option. 4. The instrument must include a brightfield illuminator, a darkfield illuminator, and a variable power laser having excitation line/maximal power output of 488 nm/ 50 mW; and, can be field-upgraded with up to 3 additional variable power lasers having excitation lines/maximal power outputs of 405nm/100 mW, 561 nm/200 mW, and 642 nm/150mW. 5. The system must have a 20x magnification 0.5 NA objective yielding 1.0 u / pixel resolution. 6. The instrument must utilize time delay integration technology for image acquisition with maximum fluorescence sensitivity. 7. The instrument must have an automatic feedback mechanism to monitor and adjust for changes in the position of cells in flow, keeping the vast majority of cells in focus. 8. The instrument must have a complete self-test and self-calibration capability. 9. The analysis software must be able to analyze tens of thousands of cells as individual cells or aggregate populations and be able to generate information on more than 80 features per image of a cell, including methods for user-generated feature analysis. This contract action is for commercial services and/or supplies for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b). Interested parties may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive quotations; however, all responses received within fifteen (15) calendar days of the issuance of this notice will be considered by the government. A determination by the government whether or not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Any response should be emailed to Kate Oyler at ycy4@cdc.gov by 3:00 p.m. EDT on April 24, 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/CMBP/2015-Q-17076/listing.html)
 
Record
SN03694866-W 20150411/150409235128-9585e242340f90394376ac33bddb30e1 (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.