65--Cell Imaging Multi-Mode Reader
This is a REQUEST FOR INFORMATION (RFI) only pertaining to brand name or equal equipment and supplies for the VA medical center located at 1481 W. 10th Street Indianapolis, IN 46202. If a solicitation... This is a REQUEST FOR INFORMATION (RFI) only pertaining to brand name or equal equipment and supplies for the VA medical center located at 1481 W. 10th Street Indianapolis, IN 46202. If a solicitation is published, one would be released in proximity to July 03, 2019, with an award potentially being made around or before July 31, 2019. If a solicitation is issued, the Government will do so in accordance with Federal Acquisition Circular (FAC) 2005-94, 2005-95/ 01-19-2017, FAR Part 13, Simplified Acquisition Procedures. The North American Industry Classification System (NAICS) number is 334516 and the NAICS size is 1,000 employees. Information gathered during this request for information may be used in a small business set aside. Any concern that believes they are capable and desires to claim preference for small business status must be registered with the SBA at http://web.sba.gov/pro-net/ . Any contractor that believes they are capable and desires to claim preference for veteran owned small business status must be registered with the VIP at https://www.vip.vetbiz.gov as an SDVOSB or VOSB. Responses shall include: (1) Business Name and Address, (2) FSS Contract Number (3) Vendor Point of Contact Name, Phone Number and E-mail Address (4) DUNS and NAICS code (5) Business Size (6) Type of Business: service disabled veteran owned, veteran owned small business, 8a, HUBZone, woman-owned, etc. (7) If the concern is the manufacture and the sole distributor, the concern shall provide documentation supporting the claim. Contractors that deem themselves capable of meeting the requirement shall provide the below information to John Saunders, Contracting Officer, at Kenneth.Stephend4@va.gov no-later-than Thursday, July 01, 2018 at 4:30PM, EST referencing RFI 36C25019Q0993. Contractor must be registered with https://www.sam.gov Supplies are to include only TAA compliant items. Items that are not TAA compliant must be clearly identified by the contractor on the contractor s quote should a solicitation be subsequently issued. FOB is Destination. Delivery is needed 30 days ARO. Delivery is to: Richard L. Roudebush VA Medical Center 1481 W. 10th Street Indianapolis, IN 46202 PLEASE SEE THE BELOW FOR THIS REQUIREMENT Salient Characteristics General requirements § Must have automated digital microscopy and multi-mode detection in one system. § Must have hit-picking function, using plate reader optics to automatically identify samples of interest for imaging. § Must be compatible with 6- to 1536-well microplates, microscope slides, Petri and cell culture dishes, T25 cell culture flasks and counting chambers. § Must offer fluorescence, brightfield, color brightfield, phase contrast imaging modes. § Must be capable of performing fluorescence, absorbance and luminescence detection. § Must have gas controller for monitor and control of CO2 and O2 levels to support live cell assays. § Must be able to control temperature to 65 °C with a 4-zone temperature control system, with the ability to set temperature gradient to prevent condensation on plate lids. § Must have available cooling module to maintain ambient temperature stability and promote rapid cooling after incubated processes. § Must have dual reagent injectors: able to automatically dispense reagents in all detection modes and plate types. § Must have an option to integrate with automated incubator with 8 microplate (or other labware) capacity to automate live cell imaging workflows. Option must be from the same vendor (not a third party) to assure fully integrated software control. Imaging requirements § Must have end point, time lapse, z-stack and montage imaging methods. § Must have 6 microscope objectives capacity. § Must have 4 microscopy color channels. § Must have 1.25x to 60x magnification to cover broad imaging applications. § Must have 16-bit camera for dynamic range of >65,000 fluorescence units. § Must have autofocus, autoexposure, auto-LED intensity adjustments. § Must have available patented laser autofocus capability. § Must include image analysis software for image processing, automatic cell counting and sub-population analysis. § Must have image processing including stitching, z-projection and digital phase contrast. § Must have available advanced image analysis software for spot counting applications. Multi-mode detection requirements § Must have patented hybrid optical system combining a monochromator fluorescence optical system for flexibility with a filter-based fluorescence optical system. § Must have quadruple monochromators with variable bandwidths from 9 nm to 50 nm in 1 nm increments for fluorescence. § Must be compatible with 2 L low volume microplate accessory with 16- or 48-sample microspots for direct nucleic acid quantification as well as fluorescence and luminescence measurements. § Must have data analysis software for quantitative and qualitative analysis.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »