SOLICITATION NOTICE
66 -- LUMASCOPE 720 BRAND NAME OR EQUAL - SSJ
- Notice Date
- 4/20/2016
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, 5th Floor, Rockville, Maryland, 20852-3804, United States
- ZIP Code
- 20852-3804
- Solicitation Number
- HHS-NIH-OLAO-NOI-4130807
- Archive Date
- 5/12/2016
- Point of Contact
- Van V. Holley, Phone: 301-594-9439
- E-Mail Address
-
holleyv@od.nih.gov
(holleyv@od.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- MICROSCOPE REQUIREMENTS This is a notice of intent, not a request for a quotation. A solicitation document will not be issued and quotations will not be requested. The National Institutes of Health (NIH), Clinical Center (CC) intends to award a firm fixed price purchase order to Etaluma, Inc, Inc., 3129 Tiger Run Ct, Carlsbad, CA 92010 for the acquisition of a Lumascope 720 (microscope) with special features. Below are the following requirements for the instrument: Salient Characteristics/Requirements for Brand Name or Equal: 1. Cannot have larger dimensions than 42.0cm x 52.0cm x 30.0cm (D x W x H), 21.0cm x 52.0cm x 60.0cm (D x W x H), or 42.0cm x 26.0cm x 60.0cm (D x W x H) 2. Safe to use long term, in a high humidity (~80%), cell culture incubator 3. Automated programmable stage with autofocus 4. Open source interface 5. Be able to image at least 2 (preferably 3) fluorescent wavelengths simultaneously 6. Have no overhead optics 7. Be compatible with large (2 mm) optical correction objectives 8. Non-proprietary output of images and physical connectors/cables 9. At least 3MP, 12-bit or higher, images taken at a minimum rate of 2 per second The above requirements are needed because: 1. In order to double the throughput of our analysis two microscopes are needed and there is only one incubator available for our culture. Thus, two microscopes need to fit into a single incubator. The dimensions listed indicate a footprint that would be half of the total internal volume of the incubator. 2. The microscope needs to be inside a high humidity incubator because the microfluidic chips are hooked up to complex pump and reservoir systems. In order to image the chips currently we have to unhook them from these systems and carry them to an external microscope which has led to VERY high instances (~50% of the time) of contaminants (specifically cell killing bubbles) being introduced to the chip. These contaminants destroy all ability for us to get results from our chip and must be avoided. 3. The project involves high throughput imaging of custom microfluidic chip arrays. The current experimental design involves taking and analyzing over 300,000 images of the chips (that number will only increase in the future). Thus, an automated stage that can return to custom regions of interest is necessary. 4. We have designed custom chip arrays that have regions of interest for imaging that are not standard. Thus, an open source code base is necessary for us to integrate in-house developed code so that these regions of interest can be consistently imaged. Further, as discussed in 3 above, huge data sets will be generated and thus integration of custom designed automated analysis software is necessary for results to be interpretable by a human. 5. Imaging of transgenic cell that constitutively express two fluorophores (GFP and RFP) is planned. Thus, a microscope that can not only take brightfield images but also image two fluorescent wavelengths is necessary. 6. Microfluidic chips have many tubes coming out of them and thus overhead optics can get caught on the tubes and destroy the chips. Thus, no overhead optics is ideal for our use case 7. Microfluidic chips are mounted on glass slides and have PDMS between the glass slide and the first chamber. Thus, a large optical correction (~1.5-2.0 mm) is needed to accurately image inside of the channels. 8. Because custom software has been developed in house non-proprietary image output and interfaces are needed to interface with the currently written code. 9. Images with a resolution at twice the diffraction limit is needed for accurate images with full and accurate color depth. Physiological measurements of the cell that we are measuring occur at the 1 hz range thus an image system that is capable of doubling that rate to get accurate measurements is necessary. The Etaluma scope is the only scope that meets all of these requirements (see sole source) and thus is the only choice for this application. The purchase order shall not exceed the simplified acquisition threshold. This acquisition is being conducted under the authority of the FAR Subpart 13.106-1(b)(i) allowing the Contracting Officer (CO) to solicit from one source. Interested concerns capable of providing the same or similar products or services as described in this notice may submit a capability statement outlining their capabilities. Capability Statements must be received within the time set forth in this synopsis to be considered by the Government. A determination to compete this proposed contract based on 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. Each response should include the following Business Information: a. DUNS. b. Company Name, address, POC, Phone and Email address c. Current GSA Schedules or NAICS codes appropriate to this Award. d. Type of Company (i.e., small business, 8(a), woman owned, hubZone, veteran owned, etc.) as validated in System For Award Management (SAM). All offerors must register on the SAM located at http://www.sam.gov/portal/SAM/#1 e. Capability Statement Comments to this announcement may be submitted to the Office of Acquisitions, Operation Support prior to the closing date specified in this announcement, electronically to the attention of Ms. Van Holley, Contract Specialist, holleyv@od.nih.gov by the due date and time marked in this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OoA/HHS-NIH-OLAO-NOI-4130807/listing.html)
- Place of Performance
- Address: NIH MAIN CAMPUS, BUILDING 10 - CLINICAL CENTER, WING B, BETHESDA, Maryland, 20814, United States
- Zip Code: 20814
- Zip Code: 20814
- Record
- SN04089478-W 20160422/160420234053-b077eda06824556ac3feeecb130fcf9c (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 |