The RFP Database
New business relationships start here

Brand name or Equal Yokogawa CV8000 high-throughput Microscopy System


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

Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E132, Bethesda, MD 20892, UNITED STATES.

Non-USPS mail such as Fedex UPS and other private carriers please use Rockville, MD 20850.


The National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Receptor Biology and Gene Expression (LRBGE)/High-Throughput Imaging Facility (HiTIF) requests that NCI's Office of Acquisitions/Strategic Acquisitions Branch (SAB) procures a Brand name or Equal Yokogawa CV8000 high-throughput Microscopy System.


This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation: No. 75N91019Q00092 includes all applicable provisions and clauses in effect through FAR FAC 2019-02 (June 2019) simplified procedures for commercial items.


The North American Industry Classification System code is 334516 and the business size standard is 1000 employees.


Only one award will be made as a result of this solicitation. This will be awarded as a severable firm fixed price type contract.


I. Description of Requirement


The following product Salient characteristics for the High-Throughput Microscope (HTM) are required for this requirement:


• Must have a dual, microlens-enhanced spinning disk scanning unit for fast, high-sensitivity confocal imaging of cellular samples in the x, y and z dimensions.
• Must have at a minimum 2 second generation sCMOS cameras (Chip size: at a minimum 2048 X 2048 pixels, 4.0 Mpixels, 13.3x13.3mm view area, 6.5micron pixel size, 82% QE) to enable simultaneous acquisition of a large field of view in two channels. The largest possible field of view is important for fast imaging, for high throughput, and for allowing the acquisition of a large number of cells with high magnification objectives (Equivalent field of view with the 63X lens: at a minimum 221 X 221 micrometers).
• Must have at a minimum an autofocus laser for fast, automated focusing of 2D cellular samples in flat-bottom imaging plates.
• Software must have image-based autofocus capabilities for imaging of samples in U-shaped bottom imaging plates and/or to image objects that are in different z-planes in different fields and/or different wells (e.g. organoids or spheroids).
• Must have an environmental chamber with at a minimum temperature, CO2 and humidity control for long-term (at a minimum 72 hrs.) live cell imaging.
• Must have an integrated tip-based single channel liquid dispenser unit with automated tip loading and ejection for fast automated kinetic imaging experiments.
• The integrated liquid dispenser must be able to aspirate liquid from a reagent 96 well-plate and dispense into a 96-well or 384-well plate.
• The integrated liquid dispenser must allow automated (with a robotic arm) loading and unloading of the reagent plated and tip boxes for kinetic experiments that require more than one source plate and/or more than one destination plate.
• The aspiration/dispense/imaging operations of the integrated liquid dispenser must be fully programmable through the HTM software interface to allow automated kinetic imaging experiments.
• Must be capable to acquire non-binned images at a minimum of 5 or more frames per second (fps) during all the phases (Before, during, after) of reagent dispensing.
• Software must include automated image registration and optical aberration correction capabilities to allow automated high-content image analysis in multiple fluorescent channels.
• Software must include the option of performing flat-field-image correction capabilities to ensure homogeneity of the field of illumination over the imaging field covering cellular samples.
• Software must be capable to save non-flat-field corrected images so that the Investigator can save a copy of the image containing the original, unprocessed fluorescent intensity values.
• Software must be capable to run automated experiments on the same plate with at a minimum: different objectives, imaging channels, camera binning, camera exposures, and z-stack settings down to on a per single field of view basis.
• Software must be capable of running a minimum 3 multiple time-course experiments on the same plate with at a minimum 3 independent timelines.
• Software must be capable to select custom tiled fields of view to allow for maximum flexibility in the setup of the imaging experiment, particularly during the assay development phase.
• Software must be capable to integrate open source image-analysis software (at a minimum CellProfiler, ImageJ and KNIME) in order to allow for custom written image analysis pipelines that fully and automatically control at a minimum the acquisition positions (fields and/or wells) and imaging settings (automated objective switching, imaging channels, camera binning, camera exposures, z-stack settings) in successive rounds of image acquisition (See below).
• Software must be capable at a minimum to first run an acquisition with a low magnification lens, send the images to open source image-analysis software (at a minimum CellProfiler, ImageJ and KNIME), run custom written image analysis pipelines in open source image-analysis software (at a minimum CellProfiler, ImageJ and KNIME), identify relevant cellular objects, automatically switch to a higher magnification lens, and acquire higher magnification images of the cellular objects of interest at the positions obtained by running the custom written image analysis pipelines in 3rd party image-analysis software. All these steps must be chained in an automated workflow without the need of operator intervention after the start of the workflow.
• Software must be capable to first run an acquisition only on positive and negative control wells, send the images to open source image-analysis software (at a minimum CellProfiler, ImageJ and KNIME), run custom written image analysis pipelines in 3rd party image-analysis software, calculate statistically relevant assay quality controls parameters based on the image analysis results, and based on these results automatically decide whether or not to image all the remaining test samples on the same plate. All these steps must be chained in an automated workflow without the need of operator intervention after the start of the workflow.
• Must have at a minimum 6 lenses (At a minimum: 4X, NA 0.16; 10X NA 0.40; 20X long working distance, NA 0.45), 20X, NA 0.75; 40X, NA 1.0; 60X water, NA 1.2) that must allow to be automatically switched to allow for both low-magnification and high-magnification acquisition of fluorescent images of cellular samples.
• Must have at a minimum 4 excitation lasers (405nm, 488nm, 561nm, 640nm). All the lasers must have at a minimum 100mW power to allow for short exposure times.
• Must accommodate 6-, 24-, 48-, 96-, 384-, 1536-well imaging plates at a minimum
• Must be capable to image biological samples at least 90 microns thick.
• Must be capable to acquire images in epifluorescence modality to allow the image acquisition of a large sample volume in the z-dimension with low magnification objectives.
• Must be capable to acquire images in brightfield modality to allow the label-free imaging of cells during live-cell, time-lapse experiments in conjunction with the confocal mode.
• Must be capable to acquire images in digital phase contrast modality to allow for the label free imaging of cells during live-cell, time-lapse experiments and subsequent object segmentation during the downstream image analysis phase.
• Must be capable to acquire images in true phase contrast modality.
• Must accommodate at a minimum 4 microscopy slides per slide adaptor.
• Must be compatible with existing Government owned Microscopy system CV7000; S/N: KZR8000028
• Must be compatible with current CV7000 Software: Yokogawa CellVoyager Measurement System and Wako Software Suite (Version 2.0 or above)
• Must have a minimum one (1) year manufacturer warranty. Online support for the first 12 months after commissioning
• Must include training and installation
• Quote must include shipping, including (FBO)and installation cost. NCI will not be responsible for any cost not included.


Note: NCI plans to award a contract that has FOB origin delivery terms.


II. Delivery: Contractor shall deliver the item(s) within 90 days 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 award, contractor must notify the NCI Technical Point of Contact to schedule the delivery.


III. Payment: Payment shall be made as a one-time lumpsum for the total amount invoiced after delivery and acceptance by the Technical Point of Contact (TPC). Payment authorization requires submission and approval of invoice by the NCI TPC and NIH Commercial Accounts.


PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition:


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 modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications


(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.


Offers providing an "equal: product must submit additional documnetation that highlights and describes how the offer is equal in accordance with FAR Clause 52.211-6.


52.212-1 Instructions to Offerors Commercial Items (Oct 2018);


52.212-2 Evaluation Commercial Items (OCT 2014):


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 quote. The Government reserves the right to make an award without discussions.


FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- (Nov 2017) WITH DUNS NUMBER ADDENDUM {52.204-6
(Oct 2018)};


FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (Oct 2018);


FAR Clause 52.212-5: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (May 2019). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition;


FAR Clause 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006)


FAR Clause 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018)


FAR Clause 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015)


FAR Clause 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014)


FAR Clause 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644)


FAR Clause 52.219-28, Post Award Small Business Program Representation (Jul 2013)


FAR Clause 52.222-3, Convict Labor (June 2003)


FAR Clause 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018)


FAR Clause 52.222-21, Prohibition of Segregated Facilities (Apr 2015)


FAR Clause 52.222-26, Equal Opportunity (Sep 2016)


FAR Clause 52.222-35, Equal Opportunity for Veterans (Oct 2015)


FAR Clause 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014)


FAR Clause 52.222-37, Employment Reports on Veterans (Feb 2016)


FAR Clause 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)


FAR Clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)


FAR Clause 52.225-1, Buy American Act--Supplies (May 2014)


FAR Clause 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014)
Alternate II (May 2014) of 52.225-3


FAR Clause 52.225-13, Restrictions on Certain Foreign Purchases (June 2008)


FAR Clause 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018)


Full text copies of the representations and certifications for other cited provisions and clauses may be obtained online at the NCI website at http://ncioa.cancer.gov/oa-internet/ or from Ronette Collins, Contract Specialist at ronette.collins@nih.gov.


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 www.sam.gov.


Quotations must be received in the NCI-OA contracting office by 12:00 p.m. EST on
July 30, 2019. Please refer to solicitation number 75N91019Q00092 on all correspondence. Faxed quotations will NOT be accepted. Quotations may be submitted via email to Ronette Collins, Contract Specialist at ronette.collins@nih.gov.


All questions shall be in writing and may be addressed to the aforementioned individual noted above. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management through sam.gov.


Ronette P. Collins, Contracts Specialist, Phone 2402765745, Email ronette.collins@nih.gov - Reyes Rodriguez, Contracting Officer, Phone 240-276-5442, Email reyes.rodriguez@nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP