Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2015 FBO #4940
SOURCES SOUGHT

65 -- Digital Slide Scanner

Notice Date
6/1/2015
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
FDA1149988
 
Archive Date
6/23/2015
 
Point of Contact
Regina R. Williams, Phone: (870) 543-7012
 
E-Mail Address
regina.williams@fda.hhs.gov
(regina.williams@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
MARKET RESEARCH PURPOSES ONLY NOT A REQUEST FOR PROPOSAL OR SOLICITATION The U.S. Food and Drug Administration (FDA), is conducting market research to support the National Center for Toxicological Research (NCTR) requirement for a Digital Slide Scanner and Supporting Accessories. This is a Sources Sought Notice to determine the availability and capability of Small Business Manufacturers or Small Businesses capable of supplying a U.S. made product of a small business manufacturer or producer. This notice is for planning purposes only, and does not constitute an Invitation for Bids, Request for Proposals or Request for Quotation, or an indication the Government will contract for the items contained herein. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The appropriate NAICS code for this acquisition is 334516- Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees. Statement of Work (SOW) The NCTR currently uses an Aperio Scanscope, Serial Number 1256, manufacturer -Leica Biosystems, that is limited by both capacity (currently NCTR can scan 120 slides per run) and by throughput from start of the image ready for viewing (the current scanner takes approximately 4-5 minutes to scan a typical 15 by 15 mm tissue at 20X). A scanner upgrade with the capacity of 400 slides per run and capable of scanning a 15 by 15 mm tissue in less than 1 minute is required to allow the scientists to view and use the images stored on the current NCTR server and allow the newly scanned slides to be added to the existing database. General Requirement 1. The components and/or equipment shall be a newly manufactured, not used and refurbished, or previously used for demonstration. 2. The entire system shall be warranted for parts and labor for a minimum of 12 months from date of installation acceptance. All warranty work shall be performed on-site at CBER, i.e., returning the equipment to the manufacturer is unacceptable. 3. The system shall be delivered with all necessary supplies and accessories required for installation and start-up. 4. The Contractor shall provide on-site (Government-site) operator familiarization training of the system upon completion of installation. Such familiarization shall include system operations, optimization, and basic preventive maintenance procedures. 5. The Contractor shall include all parts, travel, and labor to complete installation. Installation shall be performed and completed during normal duty hours (Monday through Friday, 8 am to 4:30 pm, Central Time). Technical Requirement At a minimum, the Contractor shall provide a Digital Slide Scanner and Supporting Accessories that shall meet the following: 1. System shall have a minimum scanning resolution of.50 µm per pixel (20x) and.25 µm (40x) 2. System shall have a minimum scanning speed of <60 sec. (from slide setup to availability of image viewing) 3. System shall have the capability of scanning 2x3 inch slides in manual mode 4. System shall have the capability of automated scanning of slides in both 20x and 40x magnifications 5. System shall have the capability of scanning in both 20x and 40x magnifications in the same autoloader slide batch 6. System shall have an autoloader with a capacity of up to 400 1x3 glass slides 7. System shall include a fully searchable image database with user data fields input capability that enables retrieving images by search criteria such as experiment, species, sex, chemical, diagnosis, type of study, sponsor, pathologist, etc. 8. System shall have the capability of outputting/storing images on an image server through a fast network connection 9. System shall use line scanning technology for image acquisition to insure greater image registration 10. Data management system shall enable batch analysis, digital slide conferencing and remote consultation, user access security with password protection, allow organization of related images into projects or cases, fully integrated into system and be 21CFRp11 (electronic records, signatures, etc.) compliant 11. System shall include image analysis algorithms as part of the package, not requiring purchase or use of third party software and have additional algorithms available for purchase that can be integrated into system 12. System shall use JPEG2000 image compression (considered a lossless compression algorithm) to reduce file size 13. System image viewing software shall be capable of opening/viewing images created using a JPEG2000 (.SVS) image format. The NCTR currently has over 30,000 images scanned and stored on the image server that are compressed using the JPEG2000 (.SVS) compression algorithm. 14. System shall have automatic focusing 15. System objective(s) shall be Plan Apo with a NA of.75 16. System shall have a minimum scan area of 26.3 x 54 mm for 1x3 slides and a minimum scan area of 50 x 54 mm for 2x3 slides 17. System shall use the Windows 7, 64 bit operating system 18. System shall have the capability of reading 1D and 2D barcoded slide labels 19. System shall have the ability to scan tissues in individual planes or generate Z-stacks 20. System shall use an automated tissue finder 21. System shall have a LED light source for consistent brightness between slides and for extended bulb life 22. System shall use real time image compression to increase throughput 23. System shall maintain the slides in a fully horizontal position during loading and scanning to allow for the situations where the mounting media is not dry or when scanning frozen sections 24. System image viewing software shall be easily downloadable and with the capability of panning across the image. The slide label can be visible in the image, to insure identity of the case and have the ability to change the image magnification on the screen, similar to a microscope 25. System shall have the capability of facilitating digital slide conferencing where multiple users at remote location can view the same image in real time. One (1) Post Warranty Option Period Minimum Service Agreement Requirements: • Shall include not less than one (1) planned preventative maintenance visit per contract year. • Shall include unlimited corrective/remedial maintenance visits within 3 business days of initial call for service if problem(s) can't be resolved remotely. • Shall include unlimited technical support, Monday - Friday (excluding Federal Holidays) between the hours of 8:30 AM - 5:00 PM (Central Time) within 24 business hours of contact for assistance (e.g., telephone-based, email-based, website-based, etc.). • Shall include unlimited software and firmware updates. • All maintenance and repair activities shall be performed by formally trained and certified technicians/engineers, following Original Equipment Manufacturer (OEM) specifications, manuals, and service bulletins, using new OEM replacement parts, components, subassemblies, etc. • Service coverage shall include trouble-shooting capabilities based on a high level of expertise and complete knowledge of the instrument. • All maintenance pricing shall be inclusive of labor, travel, replacement parts, lasers, components, subassemblies, etc. Deliverables: Service Records and Reports The Contractor shall, commensurate with the completion of each service call or preventative maintenance visit, provide the end-user of the equipment and the Contracting Officer with a copy of a field service report/ticket identifying the equipment name, manufacturer, model number, and serial number of the equipment being serviced/repaired and detailing the reason for the service call, a detailed description of the work performed, the test instruments or other equipment used to affect the repair or otherwise perform the service, the name(s) and contact information of the technician who performed the repair/service, and for information purposes, the on-site hours expended and parts/components replaced. Period of Performance: Sixty (60) calendar days after contract award. One post warranty option period to follow expiration of initial warranty. Place of Performance National Center for Toxicological Research 3900 NCTR Road Jefferson, AR 72079 The respondent to this source sough shall furnish sufficient technical information necessary for the Government to conclusively determine its capability to provide products/services and components meeting the technical requirements identified above. At a minimum, responses shall include the following: Business name, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address (Provide this same information if responding to provide a product manufactured by another firm); Sufficient descriptive literature that unequivocally demonstrates that offered products and services meet or exceed above specifications. All descriptive material necessary for the government to determine whether the service/product offered meets the technical requirements including: technical specifications, descriptive material, literature, brochures and other information, which demonstrates the capabilities of the contractor to meet the requirement. Three (3) years of past performance information for the manufacture and/or sale of same or substantially similar items to include date of sale, description, dollar value, client name, client address, client point of contact name, client point of contact mailing address (if different from that provided for client), client point of contact phone number, client point of contact email address, and name of the manufacturer (to include DUNS number and size status) if not the respondent. If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement. The government is not responsible for locating or securing any information, not identified in the response. Interested parties shall respond with capability statements which are due in person, by postal mail or email to the point of contact listed below on or before June 8, 2015 by 12:00 PM (Central Time in Jefferson, Arkansas) at the FDA/OO/OFBA/OAGS/DAP, Field Operations Branch, Attn: Regina Williams, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502 or email regina.williams@fda.hhs.gov. Reference FDA1149988. 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 pre-solicitation 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/FDA/NCTR/FDA1149988/listing.html)
 
Record
SN03748842-W 20150603/150601235236-8bf413b96bc3ed65578eec7df4ba06e6 (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.