All-in-One Fluorescence Microscope and High Resolution Plate Reader
All-in-One Fluorescence Microscope and High Resolution Plate Reader has been closed on 29 Aug 2019.
It no longer accepts any bids. For further information,
you can contact the Department of Health and Human Services
Bellow, you can find more information about this project:
Title: All-in-One Fluorescence Microscope and High Resolution Plate Reader
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
(ii) The solicitation number is NIMH19006356 and the solicitation is issued as a request for quotation (RFQ).
This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, dated December 2018.
(iv) The associated NAICS code 423830: Sheet Metal Work Manufacturing.
1. Purpose and Objectives: The Laboratory of Molecular and Cellular Neurobiology (LMCN) seeks to purchase an All-in-One Fluorescence Microscope because our lab now requires more sophisticated plate reading assays as well as immunofluorescent microscopy and analysis. The All-in-One Fluorescence Microscope has these capabilities that are unique to other fluorescence microscopes.
Background: The LMCN requires a microscope that has multiple wavelengths to allow for investigation of several markers in a single sample including an optical section feature that allows for 3D investigation of cell samples and tissues. This unit also serves as a plate reader that can be used for a broad range of applications from ELISA's to BCA protein concentration assays. Temperature and humidity control options also facilitate time-lapse examination of samples. This system is designed for quantification of 3-dimensional samples, movement, intensity, etc. that is ideal for the work our lab does. It is a multi-user system which allows for other labs to utilize this instrument and its features. LMCN would use this machine and accessories to replace our current Tecan plate reader which currently runs on obsolete operating system and is not able to be upgraded.
(v) Project requirements: The Contractor shall provide (1) Keyence All-in-One Fluorescent Microscope and High-Resolution Plate Reader (Model BX-X800E) (Brand Name) or equal to the following specifications:
The Laboratory of Molecular and Cellular Neurobiology requires an All-in-One Fluorescent Microscope and High-Resolution Plate Reader to perform more sophisticated plate reading assays as well as immunofluorescent microscopy and analysis. The All-in-One Fluorescent Microscope and High-Resolution Plate Reader must have the following characteristics:
• The built-in black space in the housing provides an observation environment that does not compromise the background contrast necessary for fluorescence observation. • The electronic shutter, electronic XY/Z stage, electronic revolver, electronic filter turret, electronic color filters, phase-contrast slit electronic switching mechanism, electric dimmer filter and electronic aperture control. • The electronic XY axes stage must have a stroke of 100 mm x 64 mm or larger and a minimum travel pitch of 1 um or smaller. The electronic Z axis stage must have a stroke of at least 8 mm and a minimum pitch of 0.1 um or smaller. • There must be four parts that allow for fluorescence filter switching. • Objective lens with a magnification of 2x to 100x should be mountable. The ability to mount up to six lenses at a time. • The microscope should be equipped with a cooled monochrome CCD with a cooling temperature more than 25 degrees C below ambient temperature. A mechanism that captures images in full color, with the insertion of color filters via electronic control. • The microscope should be installable within a space of 500 mm (H) x 350 mm (W) x 500 mm (D) with its panel closed. • The microscope should be equipped with a navigation function with which the observation point moves to the location clicked on the wide-area map image, enabling high-magnification observation while having an overall picture with a wide-area map image that is keyed to the XY stage coordinate information. All mountable lenses should allow the generation of a wide-area map image. • The microscope should be equipped with a function that seamlessly stitches images (maximum of 50,000 x 50,000 pixels) captured via the automatic range set-up when the imaging range is specified by clicking on the edge of the specified range, using any mountable lens. • Optical sectioning that is unaffected by fluorescence blurring during fluorescence imaging should be possible. • The microscope should be equipped with a function that automatically selects cells based on contour and color contrast and automatically takes count and calculates the area, perimeter, Feret diameter, longest diameter, shortest diameter, and the integrated value of luminance. There should also be a function that uses the selected image information as a mask area to perform automatic counting upon re-setting the conditions for the images in each area, also enabling an easy measurement of area ratio, etc. • The system should enable outputting, as a conditions file, of measurement conditions used with the automatic counting function. Furthermore, the system should have a macro processing function that performs automatic counting on multiple image files at once with the same conditions based on the conditions file. • The microscope should be equipped with a function that records videos at a frame rate of 95 fps or higher. • Images should be recorded at 12,000,000 pixels or more. • The microscope should allow for the mounting of temperature/CO2 regulated chamber for time-lapse imaging. The mounted chamber should allow for multi-well plates to be set inside it. • The microscope should be compatible with the Akoya CODEX system. • Repair service available after 7 years of discontinuation. • A minimum of at least a 12-month comprehensive warranty is required. • A minimum of at least 16 hours of on-site training.
Other important considerations for this solicitation:
Please complete 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (attached).
(vi) Anticipated Date of Delivery: The contractor shall deliver and install the equipment within 15-20 weeks after receipt of order.
(vii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition.
(viii) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition.
(a) The following is an addendum to 52.212-2. Responses received to this RFQ will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order, and warranty and training considerations.
Responses will be evaluated based on contractor's ability to meet the government's essential requirements stated in this notice and on ability to deliver required supplies. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation. Under the lowest-price technically acceptable (LPTA) process, Offerors' will be determined to be "technically acceptable" or "technically unacceptable" based on the evaluation of responses to determine if, as submitted, the proposal is technically acceptable.
(b) Options. N/A
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(ix) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer.
(x) The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.
(xi) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition.
(xii) FAR clause at 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2019) (Section 889(a)(1)(A) of Pub. L. 115-232)
(xiii) The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.
(xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
(xv) Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations.
In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors
must have an active registration in the System for Award Management (SAM) www.sam.gov."
All responses must be received by 08/29/2019 by 12PMEST and reference number NIMH19006356. Responses may be submitted electronically to Thien Nguyen at [email protected] and Valerie Whipple at [email protected]
Fax responses will not be accepted.
(xvi) The name and telephone number of the individual to contact for information regarding the solicitation. Thien Nguyen [email protected] 301-827-0914
Please consult the list of document viewers if you cannot open a file.
Combined Synopsis/Solicitation
Type:
Other (Draft RFPs/RFIs, Responses to Questions, etc..)