Wisconsin Bids > Bid Detail

Cell Counter

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159232651959691
Posted Date: May 1, 2023
Due Date: May 2, 2023
Solicitation No: 12505B23Q0131
Source: https://sam.gov/opp/1086fd23b6...
Follow
Cell Counter
Active
Contract Opportunity
Notice ID
12505B23Q0131
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS MWA AAO ACQ/PER PROP
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: May 01, 2023 03:28 pm CDT
  • Original Published Date: Apr 21, 2023 03:39 pm CDT
  • Updated Date Offers Due: May 02, 2023 11:59 pm CDT
  • Original Date Offers Due: May 01, 2023 05:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 17, 2023
  • Original Inactive Date: May 16, 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:
    Madison , WI 53706
    USA
Description View Changes

AMENDMENT 0001 (Dated 05/01/2023):



This amendment (0001) is being issued to (1) extend the quote submission deadline to Tuesday, May 2, 2023 (05/02/2023) at 11:59 PM CT and (2) to add a questions and answers document to the attachments section of the solicitation. All other terms and conditions remain unchanged.





This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number 12505B23Q0131 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02. The associated NAICS code is 334516 - Analytical Laboratory Instrument Manufacturing; with a small business size standard of 1,000 employees and the PSC code is 6640. This solicitation is unrestricted (“Full and Open”).



The Department of Agriculture (ARS) has the need for the following product(s):



001) Cell Counter



Scope of Work:



The United States Department of Agriculture, Agricultural Research Services (USDA-ARS) Midwest Area (MWA) Administrative Office’s Acquisitions & Personal Property/Fleet Team on behalf of the USDA-ARS Dairy Forage Research Center’s (DFRC’s) Cell Wall Biology and Utilization Research Unit (CWBURU) located at 1925 Linden Dr. Madison, WI 53706 is requesting quotes for a cell counter.



Background:



Several research programs at the US Dairy Forage Research Center are presently or evolving to perform single-cell RNA-sequencing. Due to the objectives of our CRIS proposed project plan, our research project focus is on the impact of nutrition on dairy cattle physiology and the associated microenvironment in the gastrointestinal (GI) tract. Specifically, we are interested in investigating how the diverse cell types in the gut respond to the changes in host nutritional treatments. Additionally, we are expanding our research into the transcriptomic characterization of the individual bacteria or protozoa cells living in the cow rumen.



Single-cell RNA sequencing (scRNA-seq) technology can capture the transcriptome profiles of hundreds to thousands of individual cells. An indispensable requirement for meaningful single-cell library preparation is accurate counting of the total number of cells by various protocols. Additionally, a large portion of our samples are frozen. So the only option for us to perform scRNA-seq is to extract nuclei from theses. Thus, we will need a reliably cell counting instrument that can provide accurate calculation of the live cells, while discriminating dead cells, and accurate counting of the nuclei extracted from diverse range of samples. To fulfill the research needs, an instrument that can perform these functions, and facilitate the high-quality scRNA-seq experiments we are performing is needed.



Distinct, diversified single cell transcriptome profiles have been reported in different cell types from the tissues in the GI tract. The USDA-ARS is now doing single-cell level sequencing that can capture the transcriptome of thousands of cells from one single sample. With the single cell sequencing technology, we will gain insights into the distinct transcriptome expression profiles from the cells in the GI tract through either 3’ digital gene expression to identify novel cells and cell clusters associated with gut microbial colonization and feed treatment in dairy cattle. Additionally, we have collected an expansive set of tissues samples from the small intestine and liver of the dairy cattle, for these samples, we plan to extract nuclei from all the cells and follow up with scRNAseq. A prerequisite for all of these activities is a reliable and accurate cell counting instrument, that is capable of counting live cells with varied sizes, and counting nuclei extracted from a given tissue type. Thus, a cell counter, that can provide fast, and accurate counting of cell density and viability with advanced functions that allows users to quantify complex cell types with varied cell sizes and shapes is needed.



Technical Requirements:



1. The instrument must have the following performance requirement




  • Uses dual-fluorescence and bright-field imaging for cell counting

  • Has a pre-set cell concentration and viability assays, including trypan blue and AO/PI, for a wide variety of sample types

  • Requires as little as 10ul of sample for accurate counting

  • Can perform count, size, concentration, and viability calculations in less than 60 seconds.

  • Has built-in cell types that includes the cell parameters of over 400 cell types

  • Pre-set assays can handle complex samples, including fresh blood and bone marrow, processed blood and bone marrow samples, and dissociated tissue samples, adipocytes, hepatocytes

  • Built-in predefined assays can analyze viability, apoptosis, and transfection efficiency

  • High intensity light source for image-based analysis of weak GFP, RFP, and YFP assays and immunophenotyping experiments

  • Can generates the bright field and fluorescent cell images necessary to check cell morphology and confirm counted cells



2. The instrument must be equipped with software with the following features:




  • Equipped with pattern-recognition software that can count cells with irregular shapes or cells in clumps.

  • The software can perform customizable reports, with graphs, images, charts and tables.

  • The software enables muti-fields view, that can capture one, four, or eight images per sample

  • Multi-language support with nearly 7000 languages available.



3. The instrument should have the following features in terms of maintenance:




  • Individual samples are pipetted directly into disposable counting chambers that are inserted into the system and imaged, preventing potential cross-contamination and allowing analysis of fragile cells.

  • There is no washing and cleaning between samples.

  • Maintenance free



4. The contractor is to perform the delivery and installation of the new instrument without government supervision. These services will ensure the instrument operates at the original, factor level performance.



5. The vendor will provide on-site training on the usage and operation of the instrument after it has been delivered and installed.



Key Deliverables:




  • Cell Counter

  • Software

  • Delivery

  • Installation

  • Training



Delivery:



The delivery time should be no more than 8 weeks after the award is made. The facility is located at 1925 Linden Dr. Madison, WI 53706. It is open Monday-Friday, from 8-4PM.



Travel:



To 1925 Linden Drive, Madison, WI 53706 for installation and training.



Data Rights:



Any log data on the instrument belongs to the government and cannot be distributed with government permission.



Evaluation Factors:



Pursuant to FAR 52.212-2, the criteria for evaluation and basis for award will be Lowest Price, Technically Acceptable (LPTA). Technical acceptable is define as meeting ALL of the technical requirements identified on the Statement of Work and reiterated in the solicitation description. The Government intends to make one Firm-Fixed Price award based on the lowest price technically acceptable (LPTA) quote received. "LPTA" means the best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. The lowest priced quote will be evaluated first; if NOT found technically acceptable, the next lowest priced quote will be evaluated, and so on until a technically acceptable quote is identified. The Government will NOT review higher priced quotes if the lowest (or a lower) priced quote is determined to be technically acceptable.



Submitting a Quote:



Failure to demonstrate compliance with ALL instructions presented herein will constitute sufficient cause to reject a quote without further discussions. All responsible sources may submit a quote which will be put into considered for award.



Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. The applicable FAR clauses and provisions for this acquisition are included in the attachments to this solicitation. The Government anticipates making one Firm-Fixed Price award.



Vendors responding to this announcement shall submit their quote along with all other requested and required documentation (such as completed FAR provisions) to be included as part of ALL offeror’s responses. The quote should include any and all fees, charges, and/or surcharges. This will be a tax-exempt purchase.



The solicitation attachments include FAR clauses, a Statement of Work (SOW), and FAR provisions. Be sure to read and review ALL of the attachments and to complete any and ALL additional documentation required as part of your quote submission. Of critical importance is to review the SOW as it contains the requirements for this acquisition.



In addition, all submissions should include the FAR clauses and provisions completed in their entirety. The FAR clauses and provisions constitute the terms and conditions for submitting a quote in response to this solicitation as well as the terms and conditions of the anticipated award. The FAR provisions apply to the solicitation and submission of quotes. The FAR clauses apply to the solicitation and submission of quotes as well as to the resulting award. The FAR clauses will be included as part of the resulting award. Please review ALL of the FAR clauses and provisions and be certain to complete all of the FAR clauses and provisions that require the offerors impute (i.e. all boxes are checked, blanks are filled in, and tables are completed).



Please ensure your quote will be current and that the price quoted will NOT expire for a minimum of 30 days.



To be eligible to be put into consideration for award, ALL vendors who respond to this solicitation must be registered in the System for Award Management (SAM) with a current and active registration at the time their quote is submitted. A vendor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A Unique Entity Identifier (UEI) number is required in order to register. Vendors must also include their UEI# on their quote. Vendors should also include their SAM status as well as the business size and socio-economic status(es) for the applicable NAICS code.



As the Buy American Act applies to this acquisition, vendors should provide the full legal name of the manufacturer as well as the manufacturing location’s full street address (for USA made) or the country of origin (for foreign made) products included in their quote. A statement or certification from the manufacturer as to the manufacturing street address or country of origin would be preferred.



Also, be certain all quotes included the vendor’s full legal name, physical address, individual unit prices for all items quoted, the total quoted price, an estimated time to delivery or completion, the quote submission date, the quote expiration date, and all other relevant information.



The submission and payment of invoices on the resulting award will be made through the Invoice Processing Platform (IPP). As such, vendors must be currently registered or register in IPP in order to be able to submit and receive payment on invoices for the resulting award.



Questions in regards to this combined synopsis/solicitation must be submitted through email to aaron.dimeo@usda.gov (NO calls with questions will be accepted) and are due by NO later than Thursday, April 27, 2023 at 5:00 PM Central Time (CT). Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation. No questions will be answered after this date unless determined to be in the best interest of the Government.



Only electronic submissions made via email will be accepted (NO verbal quotes made by phone call, quotes submitted by USPS mail, or quotes submitted in the body of an email). Please email all quotes in writing along with completed FAR provisions as well as ALL other requested and required documentation to aaron.dimeo@usda.gov by NO later than Monday, May 1, 2023 at 5:00 PM Central Time (CT).



NOTE: Be absolutely certain to reference the RFQ number “12505B23Q0131” and/or title of the solicitation “Cell Counter” in the subject, body, and/or attachments on your quote submission email to ensure your submission can be located and attributed to this solicitation. Failure to do so could potentially result in your submission being deemed “unresponsive” and as a result your quote may NOT be put into consideration for award (as your quote may NOT be located when searching the recipients email to ensure all responses to the solicitation have been logged before making an award determination).


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 1815 N UNIVERSITY STREET
  • PEORIA , IL 61604
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >