SOURCES SOUGHT
65 -- Imaging Cytometer- High Speed Automated High Content Imager (Microscope)
- Notice Date
- 2/15/2017
- 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, 6001 Executive Boulevard, Room 3155, MSC 9593, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SBSS-2017-194
- Archive Date
- 3/10/2017
- Point of Contact
- Stacey M Polk,
- E-Mail Address
-
spolk@nida.nih.gov
(spolk@nida.nih.gov)
- Small Business Set-Aside
- N/A
- 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. Background: The areas of high throughput screening (HTS) and high content screening (HCS) have often differed by the level of throughput each could achieve. HTS throughout is often thought of in terms of 1-10 minutes measurement time per 1536 well plate, while HCS throughput is often thought of in terms fo 30-90 mins/plate. The main difference between HTS and HCS is the instrumentation used. In HTS, high speed plate readers can image an entire plate in one exposure or in a rapid series of exposures. In HCS, often a microscope based system is used to focus, expose, and capture digitial images. This process can take 30-90 minutes due to steps required (finding focus on each well, etc). The Imaging Cytometer should have a functionality that allows the system to image an entire 1536 well plate in under 10 minutes. Purpose and Objectives: The National Center for Advancing Translational Sciences (NCATS) Automation and Compound Management (ACOMM) group requires an automated high speed high content imager (microscope) that will be placed on the Kalypsys robotic platform for fully automated high content screening. The objective is to utilize the Imaging Cytometer for high speed, low resolution imaging for HCS in an HTS environment (the Kalypsys robot). Contractor Requirements: The contractor will provide a BRAND NAME or EQUALCeligo S Imaging Cytometer. Requirements and Other Considerations: NCATS ACOMM specifically requires a system that meets the following specifications: A new workstation computer with 16 processor cores, a 2x2TB RAID array, and 64 GB of RAM.\ Features to include: 1.Expanding image acquisition options: 1μm/pixel 8μm/pixel 2.Expanding image storage options: compressed or raw image 3.Connecting with Celigo centralized network database SQL Server 2012, version 2.1.1.4 4.Additional focusing methods 5.New applications for dual-fluorescent iPSC colony and spheroids analysis 6.Quantify re-programming efficiency and confirm iPSC colony pluripotency 7.Spheroid Zonal Application: measure fluorescence with in the inner, medium and out part of the spheroids Salient characteristics: 1.The system will read 6 well to 1536 well plates using 4 channel fluorescence (from UV to far red), 1 channel brightfield using a fixed magnification f-theta lens for 3d spheroid and adherent monolayer samples. 2.The system will have laser, software, and no autofocus measument modalities. 3.The system will have on the fly image data analysis. 4.The system will have well imaging capability with even illumination and consistent image contrast from well edge to well edge. 5.The system will have a suite of ready-to-use brightfield and fluorescent applications relevant to cell-based assays development. a.Brightfield applications include cell counting, confluence measurements, growth curves and proliferation, cell morphology analysis, cell culture QC, cell line development, colony formation and colony growth monitoring, 3D spheroid analysis for tumorspheres and embryoid bodies, cell migration and wound healing. b.Fluorescent applications include cell health, cell viability, apoptosis, DNA synthesis and proliferation, cell cycle, fluorescent marker analysis, transfection and transduction efficiencies, multi-color fluorescent colony analysis, iPS reprograming monitoring and 3D spheroids fluorescent analysis. 6.The system will have the ability to provide measurements for adherent and suspension cells without the need for trypsinization or sample preparation. 7.The system will the flexibility of utilization with multiple imaging modes (full well or partial well) and several focusing mechanisms. 8.The system will have easy-to-use user interface for everyday use by laboratory personnel that does not require an image analysis expert. 9.The system will have flexible data management system supported by a database hosted either locally or within a networked server infrastructure. 10.The system will the ability to be integrated within an automation platform for the development of automated workflows. Anticipated Delivery Date: Within 60 days ARO SECTION 508 - ELECTRONIC AND INFORMATION TECHNOLOGY STANDARDS: The contractor shall comply with Section 508 of the Rehabilitation Act (29 U.S.C. §794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998. CONFIDENTIALITY OF INFORMATION a.Confidential information, as used in this article, means information or data of a personal nature about individual or proprietary information or data submitted by or pertaining to an institution or organization. b.The Contracting Officer and the Contractor may, by mutual consent, identify elsewhere in this contract specific information and/or categories of information which the Government will furnish to the Contractor or that the Contractor is expected to generate which is confidential. Similarly, the Contracting Officer and the Contractor may, by mutual consent, identify such confidential information from time to time during the performance of the contract. Failure to agree will be settled pursuant to the "Disputes" clause. c.If it is established elsewhere in this contract that information to be utilized under this contract, or a portion thereof, is subject to the Privacy Act, the Contractor will follow the rules and procedures of disclosure set forth in the Privacy Act of 1974, 5 U.S.C. 552a, and implementing regulations and policies, with respect to systems of records determined to be subject to the Privacy Act. d.Confidential information, as defined in paragraph (a) of this article, shall not be disclosed without the prior written consent of the individual, institution, or organization. e.Whenever the Contractor is uncertain with regard to the proper handling of material under the contract, or if the material in question is subject to the Privacy Act or is confidential information subject to the provisions of this article, the Contractor should obtain a written determination from the Contracting Officer prior to any release, disclosure, dissemination, or publication. f.Contracting Officer's determinations will reflect the result of internal coordination with appropriate program and legal officials. g.The provisions of paragraph (d) of this article shall not apply to conflicting or overlapping provisions in other Federal, State or local laws. Capability statement /information sought. Contractors that believe they possess the ability to provide the requirement should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The response should directly and specifically state in the, capabilities statement, which project requirements you can supply. Contractors must also provide their Company Name, DUNS Number, Physical 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 must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses (capability statements) sent in response to this Small Business Sources Sought Notice must be submitted electronically (via e-mail) to the Contract Specialist. Facsimile responses are NOT accepted. The response must be submitted to Stacey Polk, Contract Specialist at spolk@nida.nih.gov. The response must be received on or before the response due date provided in this notice. "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/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-SBSS-2017-194/listing.html)
- Place of Performance
- Address: National Institutes of Health, 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN04404127-W 20170217/170215235034-72a863e7325ca2f9b18bb629d63c2d51 (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 |