Document Type: Sources Sought Notice
Solicitation Number: 75N91019Q00087
Posted Date: 06/25/2019
Response Date: 07/05/2019
Classification Code: 6640 - Laboratory Equipment and Supplies
NAICS Code: 334516 - Analytical Laboratory Instrument Manufacturing (1000 employees).
Contracting Office Address
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Bethesda, MD 20892.
Description
This is a sources-sought to determine the availability of potential sources having the skills and capabilities necessary to perform/provide the SPECIFIED REQUIREMENT. All interested vendors are invited to provide information to contribute to this market survey/sources sought synopsis only. Questions should be submitted by email to [email protected]. Provide only the requested information below. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub-zone, 8(a), small, small disadvantage, woman-owned small business, or large business) relative to 334516 NAICS Code for Analytical Laboratory Instrument Manufacturing. Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources-sought synopsis, a solicitation announcement may be published on the FBO website. Responses to this sources-sought synopsis are not considered adequate responses to any future solicitation announcements. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources-sought announcement.
The National Cancer Institute (NCI) is seeking sources that can provide a Nexcelom Bioscience Celigo S Imaging Cytometer System or Equal. The requirement includes the instrument, shipping, and training for 3 users. The equipment will be used to perform translation research for development of novel therapeutics targeting brain tumors.
The Neuro-Oncology Branch (NOB) of the Center for Cancer Research (CCR), NCI, is performing translational researches on brain tumors, especially on the most malignant form - glioblastoma, using biological, biochemical, pathological, and immunological methods to develop novel therapeutics for the patients with brain tumors. The NOB is seeking the pre-clinical and clinical research approach to understand pathological and genomic pathways for targeting brain tumors. An equipment for analysis of cell proliferation and sensitivity to anti-cancer reagents is basic and necessary for this translation research, which should be able to perform:
1. Rapid, label free cell proliferation assay with whole well imaging and direct cell counting
2. Automated imaging and analysis of CSC sphere: provide counts and size measurement
3. Ready to use tumorspheroids growth inhibition, migration and invasion assay
4. 4-channel fluorescence for multiplexed assay: kinetic apoptosis and viability assay
The following characteristics are required to fulfill the NCI NOB requirement:
- An optical system comprised of an F-Theta lens and galvanometric mirrors for imaging all SBS format multi-well plates from 6-wells to 1536-wells plates and a variety of tissue culture vessels.
- A combination of brightfield and 3 fluorescent channels for imaging up to 4 channels suitable for multiplexing applications.
- A 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.
- Ready-to-use brightfield and fluorescent applications relevant to cell-based assays development.
- Brightfield applications including cell counting, confluence measurements, growth curves and proliferation, cell morphology analysis, cytopathic effects, 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.
- Fluorescent applications including cell health, cell viability, apoptosis, DNA synthesis and proliferation, cell cycle, fluorescent marker analysis, transfection and transduction efficiencies, multi-color fluorescent colony analysis and 3D spheroids fluorescent analysis.
- The ability to provide measurements for adherent and suspension cells without the need for trypsinization or sample preparation.
- Flexibility of utilization with multiple imaging modes (full well or partial well) and several focusing mechanisms.
- An easy-to-use user interface for everyday use by laboratory personnel that does not require an image analysis expert.
- A data management system supported by a database hosted either locally or within a networked server infrastructure.
- The ability to be integrated within an automation platform for the development of automated workflows.
Additionally, NCI NOB requires installation and training which includes:
- Onsite installation
- 2 days of on-site training for 3 users
All responses and questions shall be emailed to William Neal, Contracting Officer, via electronic mail at [email protected]. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management (SAM) through SAM.gov. Reference: 75N91019Q00087 on all correspondence.
This notice is not a request for competitive quotation. The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement. Responses must be received via electronic mail at [email protected] by 12:00 PM EST, on July 05, 2019.
Responses should include both the STATEMENT OF CAPABILITY and BUSINESS SIZE AND SOCIO-ECONOMIC STATUS information as explained below. This notice is to assist with determining sources only. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.
REQUESTED INFORMATION: (1) STATEMENT OF CAPABILITY: Submit a brief description [ten (10) pages or less] that includes product specifications. Include past experience with performing this type of service for Government (Federal or State) agencies, or for a private medical facility. Please indicate your address (2) BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub-zone firm (e) Indicate if your firm is a woman-owned or operated business (f) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB)(g) Include the DUNS number of your firm. (h) State whether your firm is registered with SAM System for Award Management www.sam.gov/. If not, please NOTE: any future solicitation can only be awarded to a contractor who is registered in SAM.