SOLICITATION NOTICE
66 -- Brand Name or Equal to: MuviCyte Live-Cell Imaging Kit
- Notice Date
- 4/29/2021 12:44:13 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- RPO EAST (36C24E) PITTSBURGH PA 15212 USA
- ZIP Code
- 15212
- Solicitation Number
- 36C24E21Q0111
- Response Due
- 5/6/2021 9:00:00 AM
- Archive Date
- 06/05/2021
- Point of Contact
- Rachael Talbott, Contract Specialist, Phone: (412) 230-3517
- E-Mail Address
-
Rachael.Talbott@va.gov
(Rachael.Talbott@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- This solicitation is a request for quotations (RFQ, contract opportunities). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular: FAR Looseleaf | Acquisition.GOV. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, with a small business size standard of 1,000 employees. The VHA RPO-East Contract Office is seeking to purchase for the following and all interested companies shall provide quotation(s)for the following: Brand name or equal to: MuviCyte Live-Cell Imaging Kit. Line # Item Qty (EA) 1 MUVI CYTE LIVE CELL IMAGING KIT 1 2 MUVI CYTE US COUNTRY KIT 1 3 VESSEL HOLDER PETRI DISH 1 4 MUVI CYTE SCRATCHER 1 5 MUVI CYTE SCRATCH SOFTWARE 1 6 VESSEL HOLDER MICROSLIDE 1 SALIENT CHARACTERISTICS The instrument must allow remote access by an unlimited number of users to set up and monitor experiments as well as analyze and export data, including images and movies in JPEG and CSV formats. The instrument must be able to operate inside a tissue culture incubator. The instrument size shall not exceed the following dimensions: Width 17 in, Depth 13 in, Height 13 in and a maximum weight of 40 lbs. The instrument must perform measurements without having to remove cells from incubator for significant amounts of time: The instrument shall function entirely within a standard tissue culture incubator and shall therefore maintain the exact environment as cells growing in normal culture conditions. The instrument must operate between 20 to 95% relative humidity, 4%-6% CO2 and 36-38 degrees Celsius. Active mold-reduction technology UV Lamps shall be inside the instrument to reduce risk of mold contamination. The instrument shall keep the optics stationary and move the plate for imaging to reduce calibration and accuracy issues. The stage shall move to exact user defined positions within the vessel. Instruments that move the optics have a higher risk of calibration errors and malfunction due to misalignment and humidity exposure and when in the incubator. Open stage access must be available to access the stage freely for applications involving microfluidics, pumps, or perform media change without disturbing the sample. Instruments requiring sample holder trays or doors to access the microscope are not viable options for consideration and limit the user s application range. The instrument must have 4x, 10x, and 20x long working distance objectives. All lenses shall be user changeable on a fixed turret, for consistent lens calibration and stability. Fixed lens option provides greater reproducibility when imaging the same position over long time courses. The instrument must support a wide range of interchangeable tissue culture vessels including but not limited to T-Flask, 35/60/100 mm petri dish, microslides, and well plates. Common assays shall include but are not limited to apoptosis, proliferation, fluorescent cell counting, spheroid/organoid analysis, scratch assays, and transfection. The instrument must be compatible with the 64 Bit Windows 10 Pro. Intel Core i5, 6 operating system. Storage capacity shall not be limited and can be increased in increments of 4TB to fit any space requirements. The Datapath must be assignable before image capture and is not limited to any single exporting method including USB 2.0, External drive, and internal storage. The instrument shall have optics and filters to measure GFP (446-488 nm excitation, 500-550 nm emission), RFP (532-554 nm excitation, 580 nm Longpass filter emission, DAPI (370-410 nm excitation, 429-475 nm emission) fluorescent proteins. DAPI must be available as it acts as a key nuclear marker for cell identification, quantification, viability, and other studies. The instrument must include 4 independent spectra channels to capture images of live-cells, 3 distinct fluorescent channels (blue, green, orange) and brightfield with the capability of measuring 7 different classes of fluorescent proteins (blue, cyan, green, yellow, orange, red, and far-red). Additional, live-cell imaging of fluorescent probes extends from the UV to the far-red including commonly used markers, e.g., Hoechst, DAPI, DRAQ5, Yo-PRO-1, MitoTracker, LysoTracker, CellROX, Rhodamine dyes, and others to interrogate cell function, cell health status, proliferation, and program cell death. The instrument must have software to analyze growth curves, scratch assays, wound healing, cell counting, fluorescent intensity, and spheroid area/diameter/volume. Image stitching and Z stack capabilities must be available. This is important for imaging spheroids/organoids in our project. Security clearance is not required. Vendors will not install, upgrade or access VA systems or VA patient sensitive information. The system is a stand-alone system not integrated with the VA IT. Address: University of California at Los Angeles (UCLA) SOUTH ROOM 22-177 650 CHARLES E YOUNG DRIVE LOS ANGELES, CA 90095 Award shall be made to the quoter whose quotation offers the lowest price technically acceptable. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders FAR 52.211-6, Brand name or equal to VAAR 852.212-71, Gray Market Items also applies: https://www.va.gov/oal/vaar/812.html#812301f2 This is an open-market combined synopsis/solicitation for products as defined herein. Submission shall be received not later than 6 May 2021, 12:00 p.m. EST. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Please reference 36C24E21Q0111 in subject line of your email when responding to this notice. Your response should include both the interest/capability statements and business size/socioeconomic status. No telephone responses will be accepted. A determination not to compete the proposed requirement based upon the responses to this notice is solely within the discretion of the Government. Any questions or concerns regarding this solicitation should be forwarded in writing with the reference in subject line via e-mail to Rachael.Talbott@va.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5909a6c704b948338d5b300c15cad1fb/view)
- Place of Performance
- Address: University of California at Los Angeles (UCLA) SOUTH ROOM 22-177 650 CHARLES E YOUNG DRIVE, LOS ANGELES 90095, USA
- Zip Code: 90095
- Country: USA
- Zip Code: 90095
- Record
- SN05987645-F 20210501/210429230127 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |