SOURCES SOUGHT
66 -- Fully Automated Fluorescent Microscope with Laser Capture Microdissection and Line-Scanning Confocal Modules for the Inherited Movement Disorders Unit (IMDU)
- Notice Date
- 7/8/2017
- 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 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
- ZIP Code
- 20892-9559
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SS-2017-541
- Archive Date
- 8/5/2017
- Point of Contact
- Jermaine Duncan, Phone: 3018277515
- E-Mail Address
-
jermaine.duncan@nih.gov
(jermaine.duncan@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE 1.Solicitation Number: HHS-NIH-NIDA-SSSA-SS-2017-541 2.Title: Fully Automated Fluorescent Microscope with Laser Capture Microdissection and Line-Scanning Confocal Modules for the Inherited Movement Disorders Unit (IMDU). 3.Classification Code: 66 - Instruments and laboratory equipment 4.NAICS Code: 334516 Analytical Laboratory Instrument Manufacturing 5.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 Inherited Movement Disorders Unit (IMDU) research focuses on genetic cause of movements disorders, with a particular focus on recessive causes of Parkinson's disease. To date, the IMDU researchers have investigated the roles of Pink1 and Parkin, two genes linked to recessive Parkinson's disease, in a mitochondrial quality control pathway in cell culture. Researchers want to incorporate genetically modified mice that model Parkinson's disease into studies to validate findings in cell culture. Additionally, the researchers want to validate novel methods for measuring mitochondrial protein turnover in vivo using transgenic mouse models. The fully automated fluorescent microscope with laser capture microdissection and line-scanning confocal modules is needed to capture small areas of interest from brain tissue and muscle for downstream DNA, RNA, and proteomics analysis. Additionally, the microscope is needed for imaging mitochondria in living acute brain slices. Purpose and Objectives: The purpose of this acquisition is to procure a fully automated fluorescent microscope with laser capture microdissection and line-scanning confocal modules for the Inherited Movement Disorders Unit (IMDU) laboratory. Project requirements: Generic Name of Product: Fully Automated Fluorescent Microscope with Laser Capture Microdissection and Line-Scanning Confocal Modules Purchase Description: (1) Trade name: Nikon TI2-E PFS A1R Live Cell Confocal System (2) Brand name: Nikon TI2-E PFS A1R Live Cell Confocal System (3) Manufacturer's name: Nikon (4) Model, type, catalog, and/or part number(s): PROMOA1R, MED53210, MXA22084, MRH11902, MRH20041, MRH20101, MRH48230, MRH48430, MQS41100, 10101, 10110, 10199, 10200, 10204, 10209, 2800-4, 2800-5, INST, 79035, M2700KT Salient characteristics Contractor must provide the IMDU with a fully automated fluorescent microscope with laser capture microdissection and line-scanning confocal modules that that meets the following specifications: •System must contain a high power Ultraviolet (UV) laser capable of cutting through thick sections (up to 200 microns) and a Piezo stage for fast imaging in the z-axis. •System must be fully automated and have a motorized x-y stage driver for precise control of cutting specimens with a UV laser. •System must be able to cut out tissue sections 3 microns or smaller from fixed tissue. •System must employ a tissue capture method that allows 100% direct visualization of tissue captured. •System must be able to capture tissue flat on a flat or slightly curved surface to aid visualization of captured material. •System must employ a tissue capture method that allows for two populations of captured cells to be segmented in separate clusters on a single tissue collection cap. •System must have a laser capture microdissection module that allows cutting of tissue with a UV laser and capture of the cut tissue (as specified above) that is simultaneously compatible with a confocal line-scanning module capable of capturing emitted light from a point at a resolution approaching the limit of light in the x, y, and z planes. •System must have a line-scanning confocal module that includes a hybrid scanner with paired galvanometers coupled to a high speed resonant galvanometer. •System's line-scanning confocal scanning module must capture a minimum of 30 frames per second at 512 X 512 pixel resolution and have high resolution ability to capture 4096X 4096 pixels at slower frame rates. •System's line-scanning confocal module must contain at least two (2) photomultiplier tubes and two gallium arsenide phosphide (GaAsP) detectors for sensitive multichannel photon detection. •System must have a 405 nm, 488 nm, 561 nm, 640 nm solid state lasers for excitation of specimen. •System must include one (1) set of phase lenses for UV laser cutting of the following magnifications/minimum NAs: 100x/1.3, 20x/.45, 40x/0.6. •System must include a 40X water immersion or silicon-oil objective with a working distance (WD) of at least 0.59 mm and an NA of at least 1.15. •System must include an airtable that is a maximum of 30 inch (wide) X 48 inch (height). The airtable must accommodate a microscope as well as the laser capture and confocal-line scanning modules. •System must include one (1) high definition monitor that is a minimum of 27 inches and one (1) PC computer with at least 128 GB ram suitable for microscope control both during laser capture microdissection and confocal imaging acquisition •System must include a calibrated digital transistor-transistor logic [TTL] input output card and integrated software for coordination of microscope operation with control of bath perfusion. •System must include microscope control software that is compatible with existing software systems (NIC elements, JOBS, General Analysis, control of a digital TTL input output card) to allow for the development of user-generated macros for complex control over image acquisition. •System overall dimensions must be a maximum of 30 (width) x 48 inches (height). •System must include an AC power cord and lens cleaning kit. Quantity: One (1) fully automated fluorescent microscope simultaneously compatible with laser capture microdissection and line-scanning confocal modules One (1) laser capture microdissection module compatible with a line-scanning confocal module One (1) line-scanning confocal module One (1) set of phase lenses for UV laser cutting of the following magnifications 100x/1.3, 20x/.45, 40x/0.6 One (1) 40X water immersion of silion-oil objective One (1) air table One (1) microscope control software One (1) Piezo stage One (1) transistor-transistor logic card One (1) PC computer and monitor for microscope control One (1) AC power cord One (1) lens cleaning kit Delivery: Contractor shall deliver and installation the required equipment within 60 days after receipt of order. Delivery must be FOB destination and include inside installation, set-up and calibration. The equipment shall be delivered and installed between the hours of 8:00am and 5:00pm, Bethesda, MD local prevailing time, Monday through Friday. On-site training must take place at the customer site within 14 days of equipment installation. Training shall take place between the hours of 8:00am and 5:00pm, Bethesda, MD local prevailing time, Monday through Friday. The contractor shall provide an Original Equipment Manufacturer (OEM) certified service technician to perform setup, installation, calibration and training. Period of Performance: Contractor shall provide one-year warranty on all equipment, parts and repairs and provide technical support services by an OEM certified service technician. All products shall be warranted to be free from material defects in workmanship or material under normal use and service for the warranty period. Contractor shall provide technical assistance to the Government by telephone, Skype and in person on an as needed basis during the warranty period. Other important considerations: None Capability statement /information sought Interested parties shall submit a capability response that clearly demonstrates the ability to provide the required services. Responses may include: •respondents' opinions about the difficulty and/or feasibility of the potential requirement or proposed acquisition, possible solutions and approaches that may currently exist in the marketplace, and information regarding innovative ideas or concepts; •information regarding respondents': (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information; •general information regarding the respondent's estimate or rough order of magnitude of the effort or time that may be required for completion of the work. (NOTE: This type of information may only be requested as part of an RFI. However, care must be exercised in requesting such information. Information requested must be: (a) necessary; (b) broad in scope; and (c) used for planning purposes only. Detailed estimates must not be requested.); 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. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The information submitted must be must be in and 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 ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested. 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 to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted. The response must be submitted to Jermaine Duncan at e-mail address Jermaine.Duncan@nih.gov The response must be received on or before 11 a.m. on 7/21/2017 Eastern Time. "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-01/HHS-NIH-NIDA-SSSA-SS-2017-541/listing.html)
- Record
- SN04572014-W 20170710/170708233222-72dbb9d50752ce87bdeba56029431277 (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 |