Federal Bid

Last Updated on 30 Jul 2019 at 8 AM
Sources Sought
Location Unknown

Bioluminescence System

Solicitation ID 75N95019Q00237
Posted Date 05 Jul 2019 at 7 PM
Archive Date 30 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute On Drug Abuse
Agency Department Of Health And Human Services
Location United states
This is a Small Business Sources Sought (SBSS) notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses 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 and type of qualified Small Business companies technically capable of meeting this potential government requirement and to determine the method of acquisition. It is not to be 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. The notice is strictly for research and information purposes only.

The information requested will assist the Government in determining the appropriate acquisition method including small business socio-economic set-aside possibilities and to determine the availability of qualified Small Business companies technically capable of meeting the Government's potential requirement. All Small Business companies with the capability and availability to perform the requirement under the applicable NAICS code are invited to submit a response to this notice.

NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE
The NAICS code applicable to this requirement is 334516 Analytical Laboratory Instrument Manufacturing with size standard 1,000 employees.

BACKGROUND
The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability. The National Center for Advancing Translational Sciences (NCATS) is a translational science center whose mission is to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions. The Division of Pre-Clinical Innovation (DPI) at NCATS plans, conducts and uses both internal and contract resources to advance collaborative research projects across the pre-clinical phases of the translational science spectrum. To establish and move stem cell technologies forward through a more centralized effort, NCATS has launched the Stem Cell Translation Laboratory (SCTL) within the DPI.

The opioid crisis highlights the urgent need for novel non-addictive pain medications, as well as improved treatments for opioid addiction and overdose. There is a need for pharmacological agents directed at novel targets to test new therapeutic hypotheses, new clinic-ready drugs directed at those targets, and new testing systems with the potential to be more predictive of human clinical response than traditionally used models. Through the Helping to End Addiction Long-term (HEAL) Initiative, NCATS will focus on the development of human cell-based models of opioid misuse and addiction and of pain. The SCTL is a state-of-the-art research facility dedicated to addressing the scientific and technological challenges in the iPSC field. Specifically, the SCTL aims to develop a renewable supply of human cell-based models focusing on new patient-derived iPSC lines that give rise to specialized, functional nerve cells that are relevant for opioid misuse and addiction, and pain.

Purpose and Objectives
The purpose of this potential acquisition is to obtain a Bioluminescence System on a Brand-Name-or-Equal basis to the Olympus LV200 Biolucinescence System and accessories as described and identified herein produced by Olympus America, Inc., located at 48 Woerd Ave, Waltham, MA, 02453-3824, for the SCTL.

The Olympus LV200 Bioluminescence System will allow SCTL scientists to image luminescent samples with superior brightness and high resolution and take full advantage of zero background, high signal to noise ratio and excellent detection sensitivity, offered by bioluminescence. This potential requirement will allow for real-time imaging of protein dynamics prior and throughout stem cells differentiation. In addition, this system will allow us to visualize the kinetics of cell surface receptors and their response to opioids and other small molecules that has been carefully designed for long-duration cell bioluminescence. A completely new optical design dramatically increases sensitivity and enables the detailed study of photosensitive cells and luminescence probes at high magnification. The built-in system for temperature control, humidity and gas flow helps to keep the cultured cells or tissue slices in a healthy condition throughout the observation period and the unique light-tight enclosure shields the sample and optics from any external light.

Project Requirements
Offerors submitting a response to this Small Business Sources Sought notice shall possess the ability to achieve the essential government features specified herein. Products offered must include those salient physical, functional, or other characteristics of the items identified in this notice that are manufactured by Olympus America, Inc. and deemed essential in meeting the government's needs.

Specifically, the following are considered essential characteristics of this potential requirement for an Olympus LV200 Bioluminescence System, or its equal:
• Observation methods: Luminescence imaging, transmitted brightfield, basic transmitted fluorescence
• LV200 main body:
o Light-tight dark box
o Manual objective lens focusing
o Coaxial XY stage
o Motorized exciting filter wheel with 3 positions for standard 25 mm optical filters
o Motorized emission filter wheel with 6 positions for standard 25 mm optical filters
o Condenser for transmission brightfield coupled to light guide
o C-mount for camera
o Tube lens optimized for luminescence imaging, 0.2 X magnification
• Illumination Unit: External halogen lamp housing coupled with light guide
• Objectives: Integration of all standard-size Olympus objectives possible
• Hand Switch: Hand switch for filter wheels and illumination
• Environmental control: Double-layered chamber type incubator for 35 mm dish including controller, stage heater, top cover heater, main body heater, objective heater, flow meter for 5 % CO2, 95 % air.
• System Table: Approx. 600 (W) x 600 (D) mm x 700 (H) (needed if large-size camera is used)
• Camera Options: Depending on application and required sensitivity, cooled CCD cameras, EM-CCD cameras or deep-cooled slow-scan CCD cameras can be used.
• Power Consumption: Main unit 850 VA, Controller 840 VA
• Installation Space: Approx. 1500 (W) x 750 (D) mm (depending on configuration)
• Total Mass Weight: Approx. 70 kg (depending on configuration)

Products offered must be essentially equal to the high-throughput mass spectrometer described in this solicitation, which specifically includes the following manufacturer item, product code, unit and quantity:
LV200F-MD; LV200 MOTORIZATION UNIT; LV200F-MD EA 1
PRIOR LV200 MOTORIZATION KIT; P-LVXYZA EA 1
OLYMPUS BX51/BX61 EXCITATION ADAPTER; OSI-10-Y51-EC EA 2
U-FFWADP;ADAPTER OF FILTER WHEEL ON LIGHT SOURCE; U-F200 EA 1
SHUTTER, 25MM DIAM, HIGH TEMP, STAND-ALONE - NO PRIOR FILTER WHEEL; P-HF202HT EA 1
U-HGLGPS; Metal Halide Illuminator, includes 130W Bulb (Requires LLG and Adapter); 5-UL170 EA 1
32ND6;6 % NEUTRAL DENSITY FILTER, 32MM, IX SL, AX TRANS LT; 9-U721 EA 1
U-LLG300; Liquid Light Guide for U-HGLGPS, 3.0M; 5-S400-30 EA 1
SHI-130OL; DC130W Light Bulb for U-HGLGPS; 8-B400 EA 1
UYCP-11; US Style 3-prong Power Cord; UYCP-11 EA 1
UPLSAPO10X2;U Plans S-Apo 10X Objective, NA 0.40, WD 3.0MM; 1-U2B824 EA 1
LUCPLFLN20X; LWD U PLAN FLUOR 20X OBJ, NA 0.45, WD 6.6-7.8MM, W/CC; 1-U2B375 EA 1
LUCPLFLN40X; LWD U PLAN FLUOR 40X OBJ, NA 0.6, WD 2.7-4.0, W/CC; 1-U2B377 EA 1
UPLSAPO20X; U Plan S-Apo 20X Objective, NA 0.75, WD 0.60MM; 1-U2B825 EA 1
UPLSAPO40X2;U Plan S-Apo 40X Objective, NA 0.95, WD 0.18MM, W/CC; 1-U2B828 EA 1
UPLSAPO60XO; U Plan S-Apo 60X Oil Objective, NA 1.35,WD 0.15MM, BFP1; 1-U2B832 EA 1
CHAMB.W/BUILT-IN DIGITAL GAS MIXER; OTHINUG2F-MT EA 1
HPLAB TABLE/SS LAM TOP 30X30 w/8" hole for LV200; OTMC-LV200 EA 1
Subshelf for 750mm wide Table; OTMC-8132502 EA 1
RETRACTABLE CASTERS, SET OF 4; OTMC-8301401 EA 1
CS-DI-V2; cellSens Dimension Version 2; CS-DI-V2 EA 1
CS-S-MP-VF; cellSens Multi-Position Solution; CS-S-MP-VF EA 1
CS-S-WN-VF; Cellsens Well Plate Navigator Solution; CS-S-WN-VF EA 1
C9100-23B-KIT; IMAGEM X2 512X512 EMCCD, 70 FPS, FW BD &; OH-C9100-23B EA 1
Z4 G4 Tower, Win10, Intel Xeon W-2102 2.9 2400MHz 8.25 4Core CPU, 32GB DDR4-2666 RAM, 512GB SATA SSD, 2x1TB SATA HDD, Quadro P600 2GB; HP-Z4G4 EA 1
Z24i G2 24" Monitor; HP-Z24I-G2 EA 1

The following Extended years of warranty are included in accordance with FAR 52.212-9 Option to Extend the Term of the Contract:
LV200 Gold Level Service Contract (1 Year); GSC-CORE-MTR EA 4

Contractors submitting a response to this Small Business Sources Sought notice shall possess the ability to achieve the salient government essential features of this potential requirement. Specifically, Offerors to this Small Business Sources Sought notice shall document evidence of being able to provide the subject supply that will allow for the essential features described herein to be accomplished.

Delivery/Warranty
Offerors must indicate an estimated delivery time in full after receipt of an order and any training or warranty or software licenses applicable or if extended years of service coverage are applicable. A fixed-price contract is anticipated. Inspection and acceptance will be performed at NCATS located at 9800 Medical Center Drive, Rockville, MD 20852.

CAPABILITY STATEMENTS/INFORMATION SOUGHT
Interested parties are expected to review this notice to familiarize itself with the requirements of this project. Failure to do so will be at your firm's own risk.

Respondents must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in this announcement; (d) quantity; (e) shipping, handling, and/or installation instructions, and/or any special delivery conditions after receipt of an order.

Respondents that believe that they are manufacturers or authorized re-sellers of the equipment specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; (d) quantity; (e) estimated price or cost; (f) shipping, handling, and/or installation charges; and delivery date after receipt of order.

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.

The information submitted must be in outline format that addresses each of the elements of this requirement. A cover page and an executive summary may be included but is not required.

The response is limited to ten (10) pages. 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.

Respondents must reference the subject announcement number on all correspondence related to this Small Business Sources Sought notice. The response must be submitted to Hunter Tjugum electronically, at [email protected], and be received prior to the closing date specified in this announcement.

CONCLUDING STATEMENTS
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).

Bid Protests Not Available

Similar Past Bids

Rockville Maryland 09 Aug 2019 at 4 PM
Location Unknown 27 Sep 2016 at 10 PM
Location Unknown 20 Mar 2019 at 2 PM

Similar Opportunities

Frederick Maryland 15 Jul 2025 at 3 PM
Suamico Wisconsin 28 Jul 2025 at 4 PM
Suamico Wisconsin 28 Jul 2025 at 4 PM
Pennsylvania 03 Aug 2025 at 4 AM (estimated)
Pennsylvania 03 Aug 2025 at 4 AM (estimated)