Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2018 FBO #6124
DOCUMENT

65 -- IMAGEEXPRESS PICO SYSTEM – AUTOMATED CELL IMAGING SYSTEM (Notice of intent to perform oral solicitation) - Attachment

Notice Date
8/28/2018
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
36C26018Q9762
 
Response Due
8/30/2018
 
Archive Date
9/9/2018
 
Point of Contact
Jodi Stevenson
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
In accordance with FAR 13.106-1 (c )(1), the Department of Veterans Affairs intends to perform oral solicitations for an ImageXpress Pico System will be set-aside for VOSB s. To be considered eligible for award all VOSB s must be registered/verified through Vetbiz.gov. If you wish to be included in this solicitation, please respond electronically to jodi.stevenson@va.gov by 4PM EST Thursday August 30th, 2018. This solicitation will be performed Friday August 31st, 2018. This will be a brand name or equal to the solicitation to the following Items Manufactured by Molecular Devices: Item Part Number Description Qty IMAGEXPRESSS PICO ImageXpress System with Cell ReporterXpress Automated Image Acquisition and Analysis Software. Includes: FLUOTAR 10x/NA 0.32 Objective, transmitted light capability, and FITC filter cube for fluorescence imaging. Equipped with a solid-state light source and optical train, a large imaging field of view is possible. Includes microtiter plate adapter and 4-slide adapter. CellReporterXpress Software license is included which enables 5 concurrent logins from a desktop or laptop with up to 2 logins from a tablet device per desktop login. License allows up to 10 computer cores to be run for distributed image analysis. Standard image analysis algorithms include cell counting, cell scoring, apoptosis, and other analysis modules for a total of 17 analysis modules. System includes 1 year MDCare PhD Technical Support Plan, and 1-year warranty covering parts & labor. 1 GF 38 370 01 ImageXpress Pico Base Unit 1 GU 03 827 04 FLOTAR 40x/NA 0.60 Objective 1 GU 03 826 01 DAPI Filter Cube 1 GU 03 826 03 TRITC Filter Cube 1 GU 03 826 04 Cy5 Filter Cube 1 Shipping Address: Department of Veterans Affairs Portland VA Medical Center - Warehouse 1601 E 4th Plain Blvd Vancouver, WA 98661 To be considered technically acceptable, the products must meet the following minimum salient characteristics and statement of work: Salient Characteristics Automated Cell Imaging System (or similar) Automated Cell Imaging System is more than a digital microscope, combining imaging and powerful analysis for individual labs that need easy automated imaging solutions. Have 10x and 40x objectives Be capable of white light/brightfield, colorimetric, and fluorescence imaging Have FITC, Cy5, DAPI, and TRITC filter cubes for multi-color fluorescence imaging Have a monochrome CMOS digital camera with at least 5 Megapixels and FOV of 1.40mm2 using the 10X objective. Have a 2nd color digital camera for planetary imaging of slides. Have both a minimum 4 slide holder for imaging multiple slides and a microtiter plate adapter. Be capable of multi-threaded parallel processing to allow up to 10 computer cores for distributed image analysis and faster on-the-fly analysis speeds Have integrated analysis software with pre-built plug and play image analysis app modules for (at a minimum) tracking apoptosis, cell differentiation, phagocytosis, and cell counting and scoring, and neurite tracing. Have integrated analysis software for neurite tracing. Have <100nm resolution X,Y, Z motorized stage and capable of both stitching and tiling Be capable of LED autofocus AND Image-based autofocus methods Have temperature control up to 40 ° C Not exceed 18 (H) x 22 (W) x 18 (D) in order to fit into available bench space. STATEMENT OF WORK 1. Contract Title. Acquisition and installation of ImageExpress Pico System (or similar) 2. Background. A BLR&D funded Merit Review proposal entitled, Mechanisms of action: the effects of lipoic acid on macrophages, endothelial cells and CNS function in MS, provides a budget to obtain equipment necessary to achieve the proposed research aims. Briefly, we need an imaging and analysis system that will allow us to quickly and quantitatively assess a wide variety of functional parameters in immune and central nervous cell populations that have been cultured and treated under a number of different conditions. These functional assays include (at a minimum) tracking apoptosis, cell differentiation, phagocytosis, cell counting and scoring, and neurite tracing, some of which must be done at a controlled temperature. The requested equipment, the ImageExpress Pico System (or similar, within available equipment budget), is required to achieve consistent and accurate data collection across different users, which is critical for our experiments given the limited nature of the samples we are able to obtain from study subjects with multiple sclerosis. 3. Scope. This instrument will be delivered to the VAPORHCS, and installed in building 103, room F131. 4. Specific Tasks. Task 1: Contractor will ship the device to the VAPORHCS, Bldg 103/Room F131, care of Sarah Fiedler. This device must: Have 10x and 40x objectives Be capable of white light/brightfield, colorimetric, and fluorescence imaging Have FITC, Cy5, DAPI, and TRITC filter cubes for multi-color fluorescence imaging Have a monochrome CMOS digital camera with at least 5 Megapixels and FOV of 1.40mm2 using the 10X objective. Have a 2nd color digital camera for planetary imaging of slides. Have both a minimum 4 slide holder for imaging multiple slides and a microtiter plate adapter. Be capable of multi-threaded parallel processing to allow up to 10 computer cores for distributed image analysis and faster on-the-fly analysis speeds Have integrated analysis software with pre-built plug and play image analysis app modules for (at a minimum) tracking apoptosis, cell differentiation, phagocytosis, and cell counting and scoring, and neurite tracing. Have integrated analysis software for neurite tracing. Have <100nm resolution X,Y, Z motorized stage and capable of both stitching and tiling Be capable of LED autofocus AND Image-based autofocus methods Have temperature control up to 40 ° C Not exceed 18 (H) x 22 (W) x 18 (D) in order to fit into available bench space. Task 2: Contractor will install and set-up device. Task 3: Contractor will provide initial on-site training for the use of the device. Task 4: Contractor will provide a minimum a minimum of 20 hours of PhD level support for assay optimization and image analysis assistance via a tech support phone line or remote web access free of charge. Task 5: Contractor will provide a minimum of 1-year warranty covering parts & labor. 5. Performance Monitoring (if applicable). Dr. Sonemany Salinthone will fill out a Performance Evaluation, 2 months after the installation of the equipment. Evaluation will be based on the training provided, the quality of data acquisition and software analyses of experiments performed within that time, and any PhD technical support provided in assay optimization. 6. Security Requirements. The contractor employees shall not have access to VA sensitive or computer information and will not require routine access to VA Facilities. The contractor employees shall require intermittent access only and will be escorted by VA employees while at VA Facilities. No background investigation is required. 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). N/A no GFE or GFI will be required to satisfy this contract. 8. Other Pertinent Information or Special Considerations. Contractor must have working knowledge of the assays mentioned in sections 2 and 4 herein, and have the ability to train VAPORHCS laboratory staff in how to acquire and analyze data from these assay using the installed equipment. a. Identification of Possible Follow-on Work. Technical support for assay optimization and image analysis assistance via a tech support phone line or remote web access may be possible. In the event of equipment malfunction, parts & labor will be provided to return equipment to full functionality for the first year of use. These items are both covered in Item 4 (Tasks 4 and 5), and should therefore incur no additional costs. b. Identification of Potential Conflicts of Interest (COI). No COIs exist. e. Inspection and Acceptance Criteria. Dr. Sonemany Salinthone will certify that the work done under this contract is performed to time and standard by overseeing equipment installation, training and subsequent experimental use in her laboratory. Acceptance criteria will be successful data acquisition and analysis using the equipment. 9. Risk Control. This equipment will be installed in research-specific space, and therefore no patients will be exposed to risk. All VA sensitive information in this area is either in locked cabinets or requires access to the VA network, which the contractor will not have. Contractor will only access the area in an intermittent fashion to set up the equipment and train lab members in its use. Contractor will be escorted/monitored at all times by a VA employee who will ensure that the contractor does not contact any equipment or experimental supplies not covered in this contract. 10. Place of Performance. Work will be performed on a government site the VAPORHCS, Bldg 103/Room F131. Contractor will travel to the VAPORHCS to install the previously shipped device and train VA employees in its use. Contractor will cover the cost of travel. 11. Period of Performance. Does not apply for this piece of equipment. 12. Delivery Schedule. Contractor will deliver equipment with 4 weeks of order date, and install and provide training on equipment within 8 weeks of order date Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. This procurement is for new Equipment ONLY; no remanufactured or "gray market" items. All Equipment must be covered by the manufacturer's warranty. (a) Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. *This notice satisfies the requirement at FAR 5.201 to synopsize proposed contract actions. *
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PoVAMC/VAMCCO80220/36C26018Q9762/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26018Q9762 36C26018Q9762.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4565720&FileName=36C26018Q9762-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4565720&FileName=36C26018Q9762-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Portland VA Medical Center;Attn: Warehouse;1601 E 4th Plain Blvd;Vancouver, WA
Zip Code: 98661
 
Record
SN05060753-W 20180830/180828231807-7d6b37b3427711e7e158953cf4d903df (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.