Federal Bid

Last Updated on 02 Sep 2014 at 8 AM
Solicitation
Convent Louisiana

Upgrading the photo-detectors on multi-photon microscopes for high-sensitivity in vivo imaging

Solicitation ID HHS-NIH-NIDA(SS-SA)-2014-PSOL382
Posted Date 05 Aug 2014 at 7 PM
Archive Date 02 Sep 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute On Drug Abuse, Station Support/Simplified Acquisitions
Agency Department Of Health And Human Services
Location Convent Louisiana United states
This is a pre-solicitation non-competitive (notice of intent) synopsis to award a contract without providing for full or open competition (including brand-name). THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR PROPOSAL. A SOLICITATION WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED.
The solicitation number is HHS-NIH-NIDA(SS-SA)-2014-PSOL382 and the solicitation is issued as a pre-solicitation notice of intent to award a non-competitive order to Olympus America Inc, 3500 Corporate Pkwy, Center Valley, PA 18034.

This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05-76, dated July 25, 2014.
A notice regarding any set-aside restrictions, the associated NAICS 333314 code and the small business size standard is 500 employees. This acquisition is being conducted in accordance with the procedures of FAR Part 13-Simplified Acquisition Procedures, FAR Subpart 13.5-Test Program for Certain Commercial Items, and FAR Part 12-Acquisition of Commercial Items.
The National Institutes of Health, National Institutes of Drug intends to procure on a sole source basis an upgrade on an existing Olympus microscope model FV1000 MPE exclusive with new software.

Purpose and Objectives: The purpose of this acquisition is to provide the new GaAsP photodector module to replace the old detectors on our existing FV1000 multiphoton microscope, and provide the related system upgrade. This work is intended to improve the signal detection and image quality of multi-photon microscopy for high-sensitivity imaging of brain neural activity in vivo.

 

Project Background:
Olympus FV1000 multiphoton microscope system is a crucial instrument for biomedical research. It offers a range of critical features for high-speed multicolor fluorescence imaging at submicron resolution in deep brain regions of live animals. We currently have an FV1000 microscope in the lab, and we need to upgrade this system with the newer version of photodetectors to improve our image quality for high-speed and high-sensitivity detection of neural activity in living brain.

Our research program requires highly sensitive photo detection in multiple channels for in vivo brain imaging. Both high quantum efficiency and low noise are needed. In addition, the high sensitivity detector needs to be properly protected from excessive light to extend its lifetime. And the switch between conventional and high-sensitivity detectors needs to be smoothly iexecuted.

The Olympus FV10MP-BXD-GAP detector module is equipped with 2 conventional multi-alkali PMTs for the routine browsing of samples, and 2 GaAsP PMTs for the highly sensitive analysis of a specific ROI. Switching between the two types of detector is easy and fast, providing a hassle-free workflow. To further lengthen the lifetime of the GaAsP PMT, the system prevents any unnecessary exposure to ambient light such as room lighting or excessive fluorescence. Exceptional sensitivity is achieved by coating the photoelectric surface of the detector with Gallium Arsenide Phosphide (GaAsP), which offers superior quantum efficiency compared to conventional PMTs. In addition, noise is kept to an absolute minimum via the use of Peltier cooling, boosting signal-to-noise ratio. The detector unit also includes standard PMTs, allowing these to be used for identifying regions of interest (ROI) which can then be scanned using the GaAsP PMTs, maximising their lifetime.

An Olympus FV1000 multiphoton microscope system currently exists in the lab. The new detector must be integrated with the existing microscope hardware and software control systems.

The new photodetector module will directly replace the old detector on the existing Olympus FV1000 multiphoton microscope system.

The new photodetector module will be integrated into the existing microscope hardware and software control systems by the manufacturer's design.


PROJECT REQUIREMENTS - Qty 1 each
1. FP1NDD4-W-G, FV10MP-BXD4CH_GA; 2CH PMT+2CH GAASP, NON-DESCAN DETECTOR
2. FP1NDF4GR-G, FV10-MRG/RW;GFP/RFP EM CUBE FOR 2+2, CH NON-DESCAN GaAsP DET
3. FP1NDF4M-G, FV10MP-SDM-M;GaAsP NON-DESCAN, DETECTOR MIRROR UNIT
4. FV-FS2, LABOR/TRAVEL ON-SITE, SERVICE OLYMP.ENGINEER

Place of Performance
35 Convent Drive, Bldg. 35 Rm 2D-911A, Bethesda, MD 20892


Delivery of Services:
2 weeks ARO


The provision of FAR clause 52.212-1, Instructions to Offerors - Commercial Items (July 2013), applies to this acquisition. The provision of FAR clause 52.212-2, Evaluation - Commercial Items (January 1999), applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.

The Offeror must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (August 2013), with its offer. The FAR clause is located at http://www.acquisition.gov/far/.

FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (September 2013), applies to this acquisition.
There are no additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices.

The Defense Priorities and Allocations System (DPAS) is not applicable to this requirement.

This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov."

A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.
Respondents that believe that they are manufacturers or authorized resellers of the brand-name product 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; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order.
All responses must be received by August 18, 2014 at 4:00pm EST and must reference number HHS-NIH-NIDA(SS/SA)-2014-PSOL382. Responses may be submitted electronically to [email protected] or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), Attention: Andrea McGee. Fax responses will not be accepted.

 

"All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."

Bid Protests Not Available

Similar Opportunities