The RFP Database
New business relationships start here

Celigo S Imaging Cytometer - 5 Channels, Classic Collection Application Suite


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

Contracting Office Address

Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E126, 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), Experimental Transplantation and Immunology Branch (ETIB)/Transplantation Therapy Section (TTS), plans to procure a Brand Name or Equal Nexcelom Celigo Image Cytometer System in support of the Transplantation Therapy Section.


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. N02RC82586-61 includes all applicable provisions and clauses in effect through FAR FAC 2005-86 (Dec 2015) simplified procedures for commercial items.


The North American Industry Classification System code is 334516 and the business size standard is 1,000 employees.


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


Description of Requirement


The research of the National Cancer Institute (NCI), Transplantation Therapy Section, Experimental Transplantation and Immunology Branch (ETIB), focuses on T cell homeostasis, repertoire, function and regeneration in a transplantation setting. The NCI purpose is to generate information from basic and preclinical investigations and use this information to generate new, curative hematopoietic stem cell (HSC) transplant-based therapies for cancer by developing strategies for overcoming the primary barriers of allogeneic HSC transplantation.

Developing cell-based therapies in cancer research has accelerated the needs for advanced cell-based assays. Examples of the NCI work include T cell and tumor microenvironments, T cell therapies, understanding T cell reconstitution and repertoire, understanding of Acute and Chronic Graft Versus Host Disease (aGVHD and cGVHD), understanding T cell kinetics, trafficking, and cellular and molecular studies of T cell homeostasis. The NCI studies of T cell homeostasis and regeneration involve following the development and trafficking of T cells and will require utilizing more advanced methods and sophisticated instrumentation for use in ongoing and future projects than the current instrumentation that measures only cell number and cell size.


ETIB studies involve analysis of kinetics, affinity, specificity and concentration of a wide range of molecules of interest in different sample environments. For these studies, the NCI needs to upgrade present instrumentation which only measures cell count and sizing in order to meet growing needs within the branch. This is a single one-time, new acquisition to meet these growing needs and replace an old (purchased 9/2007) basic cell counter. A variety of labs at the NCI will use the upgraded technology and equipment intensively for various projects requiring different cell population analysis. The Celigo instrument is anticipated to support new and ongoing studies for greater than 5 years. The Celigo system will be available for all members of ETIB and utilized by the Transplantation Therapy Section, with additional interest in use from ETIB branch scientists outside of the lab.


Product Features/Salient Characteristics


The salient characteristics are as follows:


•Must provide for the need for advanced cell-based assays. The examples include tumor microenvironments, 3D tumor spheroids, cancer stem cells, and iPS-derived disease models.
•Must provide high-throughput whole-well imaging and quantitative data, through image analysis in brightfield and up to four fluorescent channels, for demanding cell-based analytical applications.
•Must have a patented optical design using F-theta optics provides uniform illumination and imaging from the center to the well edges for fast scanning and imaging capabilities from UV to Far Red wavelengths.
•Must allow users to perform high-speed, fully automated imaging and quantification on a wide range of cell types across complex sample types.
•Must have an extensive menu of applications including label-free cell counting, confluence-based cell growth tracking, killing assays, apoptosis, cell cycle analysis, migration and invasion assays, as well as cellular assays for receptor internalization, protein expression and detection, phosphorylation, and phagocytosis.
•Must provide single image per spheroid method is a rapid, simple and practical assay with less imaging and data processing time, as compared to the traditional slow method of imaging and analyzing stacks of images. In one example, the 3D scan time on Celigo was 6 minutes as compared to 60 minutes on a high-content imager for the same plate.
•Must be designed to serve multiple users. This is made possible with its high-speed data acquisition and analysis. In addition, the software user interface is designed for bench biologists, not high-content imaging specialists.
•Must have the ability to be routinely used by multiple users simultaneously running multiple projects.
•Must have high throughput direct cell counting capability and the ability for users to efficiently build, validate and use cell models based on new gene-editing tools, such as CRISPR/Cas9, and to monitor transfection, single cell to clone selection, gene expression and media optimization.
•Must include the proprietary optical system comprised of an F-Theta lens and galvanometric mirrors that makes the Celigo the fastest imager on the market for all SBS format multi-well plates from 6-wells to 1536-wells plates and a variety of tissue culture vessels.
•Must have a combination of brightfield and 4 fluorescent channels for imaging up to 5 channels suitable for multiplexing applications.
•Must have well imaging capability with even illumination and consistent image contrast from well edge to well edge allowing accurate cellular quantification and characterization for cell-based assays.
•Must have a suite of ready-to-use brightfield and fluorescent applications relevant to cell-based assays development.
•Must have brightfield applications to include cell counting, confluence measurements, growth curves and proliferation, cell morphology analysis, cell culture QC, cell line development, colony formation and colony growth monitoring, 3D spheroid analysis for tumorspheres and embryoid bodies, cell migration and wound healing.
•Must have fluorescent applications include cell health, cell viability, apoptosis, DNA synthesis and proliferation, cell cycle, fluorescent marker analysis, transfection and transduction efficiencies, multi-color fluorescent colony analysis, iPS reprograming monitoring and 3D spheroids fluorescent analysis.
•Must have the ability to provide measurements for adherent and suspension cells without the need for trypsinization or sample preparation.
•Must have flexibility of utilization with multiple imaging modes (full well or partial well) and several focusing mechanisms.
•Must have an easy-to-use user interface for everyday use by laboratory personnel that does not require an image analysis expert.
•Must have flexible data management system supported by a database hosted either locally or within a networked server infrastructure.
•Must have the ability to be integrated within an automation platform for the development of automated workflows.


Delivery / Installation


The instrument shall be delivered to the following address:


NIH NCI CCR
10 Center Drive
Bethesda, MD 20892, USA.


Instrument delivery will take place within 60 days of receipt of order. The Contractor shall provide installation and operational verification for 2 days.


Payment


Payment shall be made in arrears after delivery and acceptance of the NCI COR. Payment authorization requires submission and approval of invoice to the NCI COR and NIH Commercial Accounts.


QUOTATIONS ARE DUE: August 20, 2018 on or before 11:00AM EST.


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.


FAR clause 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (OCT 2015);


52.212-2 EVALUATION COMMERCIAL ITEMS (OCTOBER 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 2016)};


FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (JAN 2017);


FAR Clause 52.212-5: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JUL 2018). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition;


FAR Clause 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
FAR Clause 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR Clause 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns
FAR Clause 52.222-3 Convict Labor
FAR Clause 52.222-19 Child Labor - Cooperation with Authorities and Remedies
FAR Clause 52.222-21 Prohibition of Segregated Facilities
FAR Clause 52.222-26 Equal Opportunity
FAR Clause 52.222-36 Affirmative Action for Workers with Disabilities
FAR Clause 52.223-18 Policy to Ban Text Messaging while Driving
FAR Clause 52.225-1, Buy American Act--Supplies
FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases
Far Clause 52.232-33 Payment by Electronic Funds Transfer-System for Awards Management (SAM)


Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/ or from Kathy Elliott, Contract Specialist at Elliottk@mail.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 System for Award Management (SAM) through sam.gov.


Quotations must be received in the NCI-OA contracting office by 11:00 AM EST on
August 20, 2018. Please refer to solicitation number N02RC82586-61 on all correspondence. no collect calls will be accepted. Faxed or electronic mail quotations will be accepted.


No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management through sam.gov.


KATHY D. ELLIOTT, CONTRACT SPECIALIST, Phone 240-276-5570, Fax 240-276-5401, Email ELLIOTTK@MAIL.NIH.GOV - Jolomi Omatete, Contracting Officer, Phone 2402766561, Email jolomi.omatete@nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP