SOURCES SOUGHT
66 -- Acquisition of a Brand Name or Equal Nexcelom Bioscience Celigo Imaging Cytometer
- Notice Date
- 7/24/2018
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
- ZIP Code
- 20852
- Solicitation Number
- N02CO82621-95
- Archive Date
- 8/14/2018
- Point of Contact
- Ricky J. Watson, Phone: 2402766594
- E-Mail Address
-
ricky.watson@nih.gov
(ricky.watson@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Capability Statement Due Date: July 30, 2018 by 09:00 AM EST This Small Business Sources Sought Notice (SBSS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Cancer Institute (NCI). The purpose of this Sources Sought Notice is to identify qualified small business concerns including 8(a), HUBZone or Service-Disabled Veteran-owned business concerns that are interested in and capable of providing the instrument described herein. The NCI does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. 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 should not submit a response to this notice. As a result of this Sources Sought Notice, the NCI may issue a Request for Quotation (RFQ). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NCI shall arise as a result of a response to this Sources Sought Notice or the NCI's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. The purpose of this acquisition is to provide a brand name or equal Nexcelom Bioscience Celigo Imaging Cytometer. The requirements below are necessary to physically fit the instrument within the available space of CCR's laboratory and to perform the necessary assays for ongoing research projects: • The instrument must possess an optical system comprised of F-Theta lens and galvanometric mirrors that allow off-axis scanning which can image 1536-well plates • The instrument must perform rapid imaging and analysis of 3D spheroids in a 384-well plate • The instrument must count suspension cells and measure viability in a 96-well plate for cell counts ranging from 30 - 100,000 cells/well 
 • The instrument must count fluorescently stained adherent cells in large format plates (up to 400,000 cells/well in a 6-well plate) • The instrument must possess a combination of bright field and 4 fluorescent channels for imaging up to 5 channels suitable for tracking and quantifying up to 5 different cell populations in a co-culture experiment using suspension and adherent cells 
 • The instrument must possess the ability to image analyze 6- to 1536-well microplates, 10 cm dish, T75 and T25 flasks, and microscope slides 
 • The instrument must possess the ability to acquire high quality images with uniform illumination and consistent image contrast from well edge to well edge allowing accurate cellular quantification and characterization for cell-based assays at a resolution of 1 um/pixel • The instrument must possess optics with large depth of focus enabled quantification of large 3D spheroids (up to 900 μm diameter) using single image/well instead of a stack of images • The instrument must possess a suite of ready-to-use bright field and fluorescent applications relevant to cell-based assays development 
 • The instrument must possess bright field applications including: cell counting, confluence measurements, growth curves and 
proliferation, cell morphology analysis, cytopathic effects, cell culture QC, cell line development, colony formation and colony growth monitoring, 3D spheroid analysis for tumor spheres and embryoid bodies, cell migration and wound healing 
 • The instrument must possess fluorescent applications including: cell health, cell viability, apoptosis, DNA synthesis and proliferation, cell cycle, fluorescent marker analysis, transfection and transduction efficiencies, multi-color fluorescent colony analysis and 3D spheroids fluorescent analysis 
 • The instrument must possess the ability to track the growth of individual 3D spheroids in a well containing multiple spheroids 
 • The instrument must directly count cells on transwell membranes for cell migration assays in bright field or fluorescence 
 • The instrument must possess the ability to provide measurements for adherent and suspension cells without the need for trypsinization or sample preparation. 
 • The instrument must validate over 100 different cell lines for direct cell counting in bright field 
 • The instrument must possess multiple imaging modes (full well or partial well) and several focusing mechanisms 
 • The instrument must possess the ability to quickly review image results from plate-view level to cell-view level with a single magnification to rapidly assess the experimental results 
 • The instrument must possess an easy-to-use user interface for everyday use by laboratory personnel and does not require an image analysis expert
 • The instrument must possess a data management system supported by a database hosted either locally or within a networked server infrastructure • The instrument must directly export segmented image data to.csv, fcs, ice, and. acs file format for flow or image-based analysis DELIVERY / INSTALLATION Delivery Schedule The equipment shall be delivered within four weeks of purchase order award Delivery POC: TBD at Award Delivery Address: TBD at Award TRAINING Training shall occur within 20 days of installation for 3 users. How to Submit a Response: 1. Page Limitations: Interested qualified small business organizations should submit a tailored capability statement for this requirement that clearly details the ability to provide the instrument or equal of the notice described above. All proprietary information should be marked as such. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferable placed under the eligible small business concern's name and address). Responses will be reviewed only by NIH personnel and will be held in a confidential manner. 2. Due Date: Capability statements are due no later than 09:00 AM EST on July 30, 2018. 3. Delivery Point: All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the unique specifications described herein. All questions must be in writing and emailed to Ricky Watson, Contract Specialist at ricky.watson@nih.gov. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No collect calls will be accepted. In order to receive an award, contractors must be registered in the System for Award Management through sam.gov and have complete Representations and Certifications at sam.gov or provide a copy when submitting the quote. No collect calls will be accepted. Please reference number N02CO82621-95 on all correspondence. 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, an RFQ may be published in eBuy. However, responses to this notice will not be considered adequate responses to a solicitation(s). FAR 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. Point of Contact: Inquiries concerning this Notice may be direct to: Ricky Watson 9609 Medical Center Dr. Room 1E140 Bethesda, MD 20892-9705 Ricky.watson@nih.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02CO82621-95/listing.html)
- Record
- SN05005582-W 20180726/180724231422-d346d7e54620179e789a23bb72e300cd (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 |