Inverted Fluorescent Phase Contrast Microscope

expired opportunity(Expired)
From: Federal Government(Federal)
NIHDA201800055

Basic Details

started - 07 Feb, 2018 (about 6 years ago)

Start Date

07 Feb, 2018 (about 6 years ago)
due - 16 Feb, 2018 (about 6 years ago)

Due Date

16 Feb, 2018 (about 6 years ago)
Bid Notification

Type

Bid Notification
NIHDA201800055

Identifier

NIHDA201800055
Department of Health and Human Services

Customer / Agency

Department of Health and Human Services
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SOURCES SOUGHT NOTICE1. Solicitation Number: NIHDA2018000552. Title: Inverted Fluorescent Phase Contrast Microscope3. Classification Code: 66504. NAICS Code: 3345165. Description:This is a SMALL BUSINESS SOURCES SOUGHT NOTICE. This is NOT a solicitation for proposals, proposal of abstracts or quotations. The purpose of this notice is obtain to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses (e.g., 8(a), Veteran-owned small businesses, service-disabled Veteran-owned small businesses, HUBZone small businesses, small disadvantaged businesses, and women-owned small businesses); and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your response to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that
is not considered a small business under the applicable NAICS code should not submit a response to this notice.This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only.Background:The NIDA Histology Core serves NIDA- Intramural Research Program (IRP) researchers by providing access to existing and emerging neuroanatomical technologies. The NIDA Histology Core offers the following services: (1) histology services that are tailored to the needs of individual IRP researchers. Services include sectioning, immunostaining and counterstaining, whole-brain serial tomography, and imaging of cleared sample using light-sheet microscopy; and (2) training and access to different types of microscopes, 2 cryostats, one vibratome, and computers for image analysis.The Core needs to increase its capabilities for fast collection of light or fluorescence high-resolution images that do not require confocal imaging. The required microscope needs to be capable of imaging entire brain sections and specific brain areas.NIDA Histology Core has experienced a constant increase of users for brightfield and fluorescence microscopy. IRP requires increased accessibility for reliable fast imaging of samples by acquiring an inverted microscope that provides a user platform to image samples on plate well and another sample holder other than a slide.Requirement:IRP requires an inverted fluorescence phase contrast microscope with the following properties:1. A large motorized XY stage that is integrated within the main unit and is capable of supporting multi-well plates or flasks; and2. Capable of producing high-speed auto focus adjustments in the Z direction.Salient Characteristics:Prospective products must have the following capabilities:1) The microscope must be capable of eliminating uneven light intensity through a high-precision shade correction algorithm in order to create seamless, high-resolution images after stitching mosaic images.2) The microscope must be capable of reducing out of focus light to drastically reduce photo bleaching during observation; enhance contrast of unstained transparent specimens; and eliminate fluorescence blurring on captured images.3) The microscope must be capable of capturing high definition images with superior color reproducibility to create ideal conditions for brightfield applications.4) The microscope must be capable creating a real-time image overlay with up to four separate channels through a preview mode, each with its own adjustable settings, so users can modify and readjust a particular channel before overlaying and capturing the images.Essential features of the inverted fluorescence phase contrast microscope include:1. Microscope Unit:    a. Inverted fluorescence phase contrast microscope,    b. Bright field, fluorescence (wide-field/sectioning), phase contrast (PhL, Ph1, Ph2), Oblique illumination,    c. 100x64mm stroke, 1µm pitch minimum for electronic XY stage,    d. 8mm stroke, 0.1 µm pitch minimum for electronic Z stage,    e. The stage is fully contained in a built-in darkroom,2. Camera Unit:    a. 2/3 inch, 2.83 million pixel monochrome CCD (colorized with LC filter),    b. 15 frames per second (fps) for monochrome recording (up to 95fps with binning), 8.5 fps for color recording,    c. On-chip binning (2x2, 3x3, 4x4, 8x8, 12x12),    d. 4080x3060 max number of pixels in recorded image (12.5 million pixels, high-quality interpolation),3. Observation software:    a. Multi-color image capturing,    b. Auto focus,    c. Quick full-focusing,    d. Scale display,    e. Electronic revolver control,    f. Electronic stage control,4. Controller:    a. Windows 7 Professional 64bit SP1,    b. USB 2.0 PC interface,5. Software:    a. Optical sectioning image mode,    b. Observation:        i. image stitching, Z-stack image capturing, coordinate-specific condition setting,    c. Analysis software:        i. image stitching,        ii. haze reduction,        iii. full focus,    d. Measurement:        i. XY measurement,        ii. area measurement,        iii. brightness measurement (line profile, histogram),    e. 3D module:        i. real-time 3D analysis,        ii. XYZ slicing,        iii. maximum projection,    f. Cell counting (phase contrast, bright field, fluorescence images), mask cell count,    g. Macro cell counting (batch analysis of multiple images),Warranty and Product Support:At a minimum the Warranty should include:1. 1 year manufacturer warranty,2. Replacements for shipping damage3. Replacements for manufacturing defect upon examination4. Repairs for discontinued items guaranteed for up to 7 years5. Repairs after 7 years of discontinuation dependent on stock availability of replacement parts6. Temporary replacement units during warranty period7. Coverage of shipping cost of temporary replacement unit to the customerAt a minimum Support should include:1. Introductory onsite training and support,2. Technical support by phone and email,3. Temporary replacement units during repair periodAnticipated Delivery Date:The equipment shall be delivered within 60 days after contractor receipt of order.Capability Statement / Information Sought:Respondents must provide clear and convincing documentation of their capability of providing the products specified in this notice. Also, information must be provided in sufficient details of the respondents' (a) staff expertise, including their availability, experience, formal and other training; (b) current in-house capability to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and other management capability; and (e) examples of prior completed Government contracts, references, and other related information.The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc., pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements.Finally, respondents are also encouraged to provide a general overview of the respondent's opinions about the difficulty and/or feasibility of the potential requirement, and any other information regarding innovative ideas or concepts that may be applicable.Submission Instructions:One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing.The information submitted must be must be in and outline format that addresses each of the elements of the requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required.The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested.The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer Identified below. The response must be received on or before Friday, February 16, 2018 at 4:00 p.m. EST. Facsimile responses are NOT accepted.Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work.Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)."Contact Information: Joshua T. Lazarus, Contract Specialist, Phone 3014436677, Email josh.lazarus@nih.gov - Andrew Hotaling, Contracting Officer, Phone 301-443-6677, Email andrew.hotaling@nih.gov Office Address :6001 Executive BoulevardRoom 4211, MSC 9559 Bethesda MD 20892-9559 Location: National Institute on Drug Abuse Set Aside: N/A

National Institute on Drug AbuseLocation

Address: National Institute on Drug Abuse

Country : United StatesState : Maryland

You may also like

INVERTED MICROSCOPE

Due: 08 Oct, 2025 (in 17 months)Agency: FOOD AND DRUG ADMINISTRATION

Live-Cell Imaging Confocal Microscope.

Due: 03 May, 2024 (in 2 days)Agency: University of British Columbia

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAISC: 334516 GSA CLASS CODE: 66