The RFP Database
New business relationships start here

Brand Name or Equivalent, Zeiss ELYRA LSM 780 Super Resolution Microscope Systems for Structured Illumination Microscopy (SIM) and Confocal Imaging.


Maryland, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

I. Description of Requirement

The NCI, CCR, Laboratory of Experimental Carcinogenesis, Confocal Microscopy Core Facility is in need of a Super Resolution Structured Illumination Microscopy (SIM) on a Confocal platform for the NCI investigators on the Bethesda campus.

The following features are necessary and unique to this particular instrument:

Axio Observer.Z1 Microscope:
• ACR - Automatic Component Recognition for filter Sets
• Ease of operation and integration for flexibility to accommodate multiple filter cubes essential for the wide variety of dyes we can accommodate in Structured Illumination Microscopy (SIM). Microscope must automatically recognize and fully populate into the software by slipping in the new turret with cubes already loaded. Turrets must easily exchange with the entire microscope powered on.
• Stand must accommodate both a SIM module as well as confocal scanhead. Must allow users to image confocally and switch over to SIM on the same field of view quickly and easily once regions of interest have been identified.
• Must direct visualization of fluorescence through standard eyepieces integrated into the imaging inverted microscope stand. Critical for the core facility, instrument must be equipped to allow for direct visualization of samples to quickly and easily find areas of interest for scanning allowing users to minimize time for searching for appropriate regions for imaging.
• Motorized integrated Z focus with a step size of 10nm and travel range of 25mm
• The SIM as well as the confocal system must be able to accommodate the following objective lenses: both NA and Working Distances are critical for high resolution and SIM samples to be imaged on the microscope.
• Plan-Apochromat 40x/1.4 NA >=130 micron WD Oil immersion DIC (SR-SIM/Epi) which is already existing at NCI's facility.
• Plan-Apochromat 63x/1.4>=170 micron WD Oil immersion DIC (SR-SIM/Epi) supplied on the system.
• Plan-Apochromat 100x/1.57 Hi-Oil Immersion DIC (SR-SIM/Epi/PALM/TIRF) for possible future upgrade.
• System must include full Environmental incubation system that includes heating and CO2 to maintain optimal live cell conditions for multi day experiments.


Required Features of High Sensitivity Laser Scanning Confocal

Microscope:
• Must incorporate a 34-Channel Quasar Detection unit, consisting of a calibrated 32-element Gallium Arsenide Phosphide (GaAsP) array PMT with typical QE >45 % (peak) and two calibrated flanking single PMT detectors; the one covering the long wavelength range is peltier cooled ideal for High Red Imaging dyes. This setup must enable image acquisition with freely definable emission windows and advanced spectral acquisition and analysis. The QUASAR detector array must enable three distinct modes of spectral image acquisition for ultra-sensitive imaging;
• Simultaneous Sensitive 34 detector spectral acquisition with 9.7nm spectral resolution (two side flanking PMTs in addition to the 32-element PMT array). Absolutely critical for highly sensitive spectral acquisition samples that require single scan light exposure and collection on a highly sensitive detector unit.
• Must include the 32-element linear GaAsP array PMT array featured in the QUASAR detection unit. This ultra-sensitive 32 channel detector must provide ultra-flexibility in the most sensitive applications. Must provide flexible imaging modes and unique ability to subdivide into up to 10 separate detectors in channel mode.
• Must include a microlens array is situated in front of the 32-element linear GaAsP array PMT to ensure there is no cross talk between detector channels and provide accurate spectral information.
• The 32-element linear GaAsP array PMT and actively cooled red enhanced PMT can be switched via software between 2 modes; optional software may be purchased to utilize the system in FCCS modes
• Digital oversampling imaging mode must allow users to control a high voltage gain and digital offset on the detection PMT.
• Photon counting imaging mode must allow for the system to distinguish the arrival of single photons many tens of times during pixel dwell time as an image is scanned (GaAsP PMTs and cooled PMTs are run at 15MHz). This mode must discriminate actual photon arrivals events to the detector and allow for samples with low amounts of fluorocromes (i.e. yeast) to be easily imaged and produce a noise free image.
• The highly efficient holographic grating must lead to an even spectral dispersion over the entire visual spectral range (380-750 nm). Grating utilizes a ‘spectral recycling loop' to recover non-separated light, redirecting it onto the holographic grating for optimum sensitivity. Linear light dispersion provided by a highly efficient grating is critical for applications where spectral unmixing is desired.
• Software integrated linear modulation of laser power from 0.001 to 100% for all laser lines between 458 and 633nm providing the ultimate sensitivity control to manage signal to the highly efficient 32 channel GaAsP detector unit. Reaching ultra-low laser powers particularly while imaging highly photo toxic or sensitive fluors can be critical.


Super Resolution Unique Features:
• SR-SIM must provide a field-of-view of 80 x 80 μm in SR-SIM using a Plan-Apochromat 63x /1.4 Oil immersion objective lens utilizing a sCMOS camera. This must give users a large field of view for super resolution techniques which must be at least 2.56 times larger than when using a standard 512x512 pixel EMCCD. Many cells must be imaged in a single scan for high sup resolution throughput imaging.
• SR-SIM acquisition strategy must support both 3 and 5 grid rotations.
• Automatic (Transparent to the user) motorized switching between 5 different phase gratings (to change the grid spacing) must be present on the system. This must allow the use of multiple lenses and excitation wavelengths to achieve the theoretical resolution improvement for any fluorophore or sample.
• 4 Color Superesolution imaging of samples (labeled with 4 standard fluorophores or fluorescent proteins or any combination) must be possible with this system. Imaging Wavelengths must be included 405,488,561 and 640 and must be able to image all on a single sample. Standard Confocal preparations must be imaged in superesolution with this system.


General Features for the Confocal Required:
• Must be able to freely rotatable scan field (0-360 degree in 0.1° steps) and free xy offset (crop functionality). Users require the flexibility to adjust the scan field without worrying how samples are mounted. Must allow easily flexible adjustment for highest speed imaging to align in X regardless of sample orientation.
• OSCiscan, Online Scanner Calibration, for artifact-free, fast and reliable bidirectional scanning without the need of manual adjustment. Users must be able to image with the point scanner with high frame rates reliably. Users must not have to worry about calibrating scanners for fast imaging modes regardless of image content. Fast point scan imaging is imperative for high quality resolution with high S/N content and easy transparent setup in a core facility is ideal.
• Gain calibration and linearization of up to 36 PMT detectors is foundation for reliable spectral acquisition and analysis.
• Must be able to upgrade with a 355 nm, solid state laser, 60 mW. Must be able to upgrade for future DNA damage experiments.
• Multiple (up to 99) freely definable real regions of interest (rROIs). Pixel precise control of the laser intensity and signal detection. Prevention of photo damage outside the rROIs boundaries necessary for work on living cells, FRAP, uncaging, photoactivation and photoconversion experiments.
• Individual AOTF settings (line selection and attenuation) per rROI.
• Use up to 8 laser lines simultaneously with full power possible from each laser line.
• System must offer at least 14 different scan speed levels (28 levels including bi-directional scans) for the wide variety of specimens and applications we will design. This is especially critical for NCI's single molecule experiments.
• Image format from 4x1 to 6144x6144 pixels in up to 35 detection channels simultaneously with up to 16 bit depth (65536 gray values) in all channels. (8, 12 OR 16 bit user selectable bit depth.)
• Automatic brightness compensation during the acquisition of z stacks by stepped increment of the excitation (laser intensity) and/or the detection gain (detector sensitivity). Must support at least a 5 point incrementation.
• Absolute linear scanner movement to ensure equal pixel dwell-times as a prerequisite for any quantitative studies.
• Spectral bandwidth for lambda stack acquisition must be selectable by the user. Must include a full spectral image that can be used for unmixing (suitable for spectral imaging of living cells and later unmixing without any spectral distortions).
• Reproducible high resolution spectral data acquisition with 3.2 nm or 4.9 nm steps through sequential spectral scanning in addition to the 10nm parallel spectral scanning.
• Optics must be designed for high transmission and aberration free imaging for 350 - 1100 nm.
• Pigtailed visible Lasers, for easily upgrades. Plug and play bayonette mounting for easy maintenance and reliable, reproducible operation. No mirror alignment required for lasers.
• Quantitative Colocalization must be part of the basic software with an interactive link between image display, scattergram and data table. The software must include interactive or automatic determination of thresholds, quantitative colocalization analysis with parameters like number of pixels, mean intensities +/-SD, colocalization coefficients, weighted colocalization coefficients, overlap coefficient after Manders, correlation coefficients, export of the analysis result and extraction of the colocalizing structures e.g. from image stacks.
• Transmitted detector must be included. Combination of a transmitted-light illuminator (e.g. a halogen lamp) with one of the detectors, fluorescent images can be superimposed with non-confocal transmitted light images.


Software Options:
• Quantitative Physiology package for acquisition of ion indicator dyes and display and analysis of ion concentrations including online and offline ratio for ratiometric dyes, online and offline F/F0 and DF/F for single wavelength dyes, calibration for single-wavelength and ratiometric dyes in situ and in vitro including background correction (after titration and with various curve fits or after Grynkiewicz).
• Multiple Time Series software package permits complex, combined time series with changing application configurations, autofocus and bleach functions.
• Tiling and Multiposition Scanning fully integrated into Software.
• Smart Setup Software for easy hardware control to adapt system configuration according to chosen dyes from a large database of fluorochromes. Different acquisition modes are suggested (e.g. Fastest and Best Signal).
• System must include self-test tool, with an easy to use maintenance user interface. In combination with a calibration objective. Allows automated pinhole adjustment and automatic scanner calibration, securing optimal system performance.
• Innovative concept for one touch button for reproducibility of experiments for multi-user environments via a REUSE function allows reactivation of all acquisition parameters necessary to reproduce an experiment (each image stores the entire method).
• Must be able to interchange parts, such as the PLAN APO objectives, if necessary.
• Must include at least a 12 months warranty on parts and labor.
• The new system must be compatible with currently owned Zeiss, and PC-based equipment.
• Must be able to network this new system to other computers and printers in the laboratory, thus allowing for easy image transfer and/or printing.

II. Delivery


Contractor(s) shall deliver the item within sixteen (16) weeks after award to NIH/NCI Bethesda, Maryland 20892. The Contractor that receives the award will be provided with the complete mailing address and point of contact. Upon delivery, contractor must notify the NCI Contracting Officer's Representative (COR) to schedule the installation date and time.


III. Installation and Training


To be carried out by the manufacturer and shall occur within approximately one week of delivery.

IV. Payment


Payment shall be made after delivery, installation, and successful operation of the camera parts. Payment authorization requires submission and approval of invoice to the NCI COR and NIH Commercial Accounts.


QUOTATIONS ARE DUE: August 27, 2014 at 11:00 am, EST.


PROVISIONS AND CLAUSES: The following provisions and clauses will be incorporated by reference:


52.211-6 Brand Name or Equal


(a) If an item in this solicitation is identified as quote mark brand name or equal, quote mark 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 quote mark equal quote mark products must meet are specified in the solicitation.


(b) To be considered for award, offers of quote mark equal quote mark products; including quote mark equal quote mark 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 quote mark equal quote mark 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 quote mark equal quote mark product, the offeror shall provide the brand name product referenced in the solicitation.


(End of provision)


52.212-1 Instruction to Offerors Commercial Items


52.212-2, Evaluation Commercial Items:


The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the proposal. The Government reserves the right to make an award without discussions.


52.212-3 Offerors Representations and Certifications Commercial Items (November 2013) WITH DUNS NUMBER ADDENDUM (52.204-6 (July 2013):


52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition.


52.247-34 FOB Destination


52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items (January 2014). The following additional FAR clauses cited in this clause are applicable:


(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:


52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S .C. 2402)


52.203-13, Contractor Code of Business Ethics and Conduct


52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards


52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment


52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters


52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns


52.219-8 Utilization of Small Business Concerns


52.219-28 Post Award Small Business Program Representation


52.222-3, Convict Labor


52.222-19 Child Labor Cooperation with Authorities and Remedies


52.222-21 Prohibition of Segregated Facilities


52.222-26 Equal Opportunity


52.222-35 Equal Opportunity for Veterans


52.222-36 Affirmative Action for Workers with Disabilities


52.222-40 Notification of Employee Rights Under the National Labor Relations Act


52.222-37 Employment Reports on Veterans


52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving


52.225-1 Buy American Act - Supplies


52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act


52.225-5 Trade Agreements


52.225-13 Restrictions on Certain Foreign Purchase


52.232-33 Payment by Electronic Funds Transfer System for awards Management


52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels


52.246-2 Inspection of Supplies-Fixed Price


Full text copies of the representations and certifications for other cited provisions and clauses many be obtained on line at the NCI website at http://rcb.cancer.gov/rcb-internnet/index.jsp or from Reyes Rodriguez, Contract Specialist at reyes.rodriguez@nih.gov.

Quotations must be received in the NCI-OA contracting office (see address below)by 11:00 a.m. EST on August 27, 2014. Please refer to the solicitation number N02RC42593-57 on all correspondence. No collect calls will be accepted. Faxed or electronic mail quotations will NOT be accepted.


OFFERORS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror's Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA) through sam.gov.


All questions shall be in writing and may be addressed to the aforementioned individual noted above by August 20, 2014. No collect calls will be accepted. In order to receive an award, contractor must be registered and have valid certification in the Central Contractor Registration (CCR) and the Online Representation and Certifications Applications (ORCA) through sam.gov.

Contracting Office Address:
9609 Medical Center Drive, Room 1E128, Bethesda, MD 20892, United States.


Reyes Rodriguez, Contract Specialist, Phone 240-276-5442, Fax 240-276-5399, Email reyes.rodriguez@nih.gov - Seena Ninan, Contracting Officer, Phone 240-276-5419, Email ninans@mail.nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP