Agilent BioTek Cytation 5 Cell Imaging Multimode Reader (Brand Name or Equal)
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Aug 03, 2023 12:34 pm EDT
- Original Response Date: Aug 14, 2023 10:00 am EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Aug 29, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
- NAICS Code:
- 334516 - Analytical Laboratory Instrument Manufacturing
- Place of Performance: USA
Description
This is a Small Business Sources Sought 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; (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition; and (4) availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality.
For equipment/supply requirements, responses must include the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule).
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 of qualified companies technically capable of meeting the 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. This notice is strictly for research and information purposes only.
Background: The Infections of the Nervous System Section (INSS), National Institute of Neurological Disorders and Stroke (NINDS), extensively study human Endogenous Retrovirus HERV-K and its role in the neurogenerative disorders, especially Amyotrophic Lateral Sclerosis, ALS. Approximately 8% of the human genome has retrovirus sequences. Most HERVs have been mutated making them defective. However, some host loci possess HERV provirus open reading frames that can lead to the expression of viral proteins which can result to pathological effects. The Infections of the Nervous System Section, INSS is developing long read sequencing technique to fully understand the specific HERV-K loci that are activated in ALS patients and to sequence all possible HERV-K transcripts. This information can facilitate therapy directly targeting the specific active HERV-K Loci. The Automated Electrophoresis Device is critical for quality control in DNA library preparation. In addition to HERV-K project the instrument will be also used novel assays to measure HIV proteins and genomic RNA within biological fluids from People Leaving with HIV (PLWH) on long-term ART.
Purpose and Objectives: The purpose of this acquisition is to procure an Agilent BioTek Cytation 5 Cell Imaging Multimode Reader (Brand Name or Equal), an instrument to visualize fluorophore-labeled subcellular structures in cultured neurons and brain tissue slices to measure fluorescence/luminance signals in live cells as tools for functional analysis mitochondrial energy metabolism and lysosomal physiology.
Project requirements:
This cell imaging multimode reader must meet the following general and specific technologic requirements:
General Requirements:
• Combination of hybrid microplate spectrophotometer and advanced fluorescence digital microscope mode in one system that enables a wide range of cellular and reflected-light applications to decipher information on cell morphology, localization of signal, cell count, object identification and quantification that cannot be performed on a standard fluorescence microscope or a microplate spectrophotometer.
• A fully automated inverted microscope system enables widefield fluorescence microscopy, brightfield microscopy, color brightfield microscopy, and time-resolved fluorescence microscopy with multiple imaging modes including:
• Multi-color imaging with distinctive emissions in visible spectra to gain a better understanding of biological processes.
• Time-lapse imaging in live specimens under physiological conditions (with temperature and humidity control) to study organelle dynamics.
• Montage mode to apply large field imaging of cell and tissue samples.
• Z-stack imaging to resolve the full structure of thick specimens.
• Software that allows walk-away automation to increase productivity.
• Software package for image processing and data analysis.
• A microplate spectrophotometer enables a range of cell-based assays and applications including:
• Luminescent signal detection to perform luciferase reporter assays that allows accurate quantification of transcription, gene expression, and cell signaling pathways.
• Fluorescence intensity measurement with monochromator optics to perform a wide range of fluorescent-based cell assays such as cell viability, cytotoxicity, enzyme activity, protein conformation and aggregation and reactive oxygen species.
• UV-VIS absorbance spectrometric determination to measure the concentration and purity of nucleic acid, proteins, microbial cell culture, denaturation of protein, enzymatic kinetics, and biological samples.
• Time-resolved fluorescence to detect protein-protein interaction quantitatively.
• Software for easy setup of analysis workflow.
• Support various labware including microscope slides, cell culture dishes, flasks, and 6- to 1536-well microplates.
• Interface with the Agilent Seahorse XF Pro Analyzer for a validated, unified normalization solution.
Specific Requirements:
• A LED pulsed light source for fluorescence imaging, fluorescence intensity measurement, and UV-Vis absorbance reading.
• 4-zone incubation to 65°C with the ability to set temperature gradient to prevent condensation on plate lids.
• Interface with the Agilent Seahorse XF Pro Analyzer for a validated, unified normalization solution.
• Imaging mode:
• LED cubes for DAPI (365 nm) and GFP (465 nm) excitation.
• A cMOS camera with wide field of view and 16-bit grayscale depth for dynamic range of >65,000 fluorescence units that allows imaging collection rate as fast as < 3 min for 1 color, < 7 min 30 sec for 3 colors in 96-well plate format.
• Six-position automated turret for objectives.
• Capacity for four user-replaceable fluorescence cubes that allows multi-color imaging with a maximum of four fluorescent signals.
• Imaging emission filter cubes for detection of DAPI and GFP signals.
• Image-based and laser-based autofocus system that allows stable imaging acquisition and accurate quantification of fluorescence signals.
• Auto exposure and auto-LED intensity adjustments.
• Software for image processing including stitching, Z-projection, and deconvolution.
• Software for imaging analysis including automatic cell counting, subpopulation analysis and other imaging-based analysis.
• Fluorescence intensity measurement:
• Monochromator optics with wavelength range from 250 nm to 700 nm and bandwidth from 9 nm to 50 nm with 1 nm increments for fluorescence.
• A photomultiplier tubes (PMT) detector for sensitive detection of fluorescent signals.
• Quad monochromator with sensitivity of
• A dynamic range of 7 decades.
• Reading speed of 11 sec for 96-well plate, 22 sec for 384-well plate.
• Luminescence measurement:
• Luminescence reading wavelength range from 300 nm to 700 nm.
• A dynamic range > 6 decades.
• Monochromator optics with reading sensitivity of 20 amol ATP.
• UV-Vis absorbance reading:
• Monochromator optics with a wavelength range from 230 nm to 990 nm and bandwidth of 4 nm (230-285 nm) and 8 nm (> 285 nm).
• A photodiode detector for UV-Vis detection.
• Dynamic range of 0 – 4.0 OD with the resolution of 0.0001 OD.
• OD accuracy < 1% at 2.0 OD, < 3% at 3.0 OD; OD repeatability < 0.55 at 2.0 OD.
• Reading speed of 11 sec for 96-well plate, 22 sec for 384-well plate.
Quantity:
One (1) Agilent BioTek Cytation 5 Cell Imaging Multimode Reader with G7 workstation and GEN5 Image+ software (Brand Name or Equal)
Anticipated period of performance: 12 months - Delivery 4 weeks of purchase order
Other important considerations: 12 month warranty upon time of installation for hardware products to include coverage for all parts, labor, and travel.
In case domestic sources are available and capable of fulfilling the Government’s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR 25.
Capability statement /information sought.
Companies that believe they possess the capabilities to provide the required products or services should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately. Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents’ technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.
Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number.
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 in and outline format that addresses each of the elements of the project 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.
All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted.
The response must be submitted to Alexander Beraud, Contract Specialist, at e-mail address alexander.beraud@nih.gov.
The response must be received on or before August 14, 2023, 10:00 am, Eastern Time.
PLEASE SEE THE ATTACHED SMALL BUSINESS SOURCES SOUGHT NOTICE FOR ALL RELEVANT DETAILS
Attachments/Links
Contact Information
Contracting Office Address
- c/o 3WFN MSC 6012 301 N Stonestreet Ave
- Bethesda , MD 20892
- USA
Primary Point of Contact
- Alexander Beraud
- alexander.beraud@nih.gov
- Phone Number 3014436677
Secondary Point of Contact
- Josh Lazarus
- josh.lazarus@nih.gov
- Phone Number 3018276923
History
- Aug 29, 2023 11:55 pm EDTSources Sought (Original)