Contact Points
Primary Contract Specialist
#150
Concord MA 01742
PURCHASE DESCRIPTION
- Statement of Need and Purpose: The lab wishes to purchase an annual license for Imaris software. In addition, the lab routinely uses fluorescence microscopy for both qualitative and quantitative analysis. A high-powered, customizable analysis software is needed to analyze these images.
- Background Information and Objective: The main goals of the LCSMS are to investigate the neural mechanisms and circuits underlying neuropsychiatric and neurodegenerative disorders. Accordingly, fluorescence microscopy (both widefield and confocal imaging) is an integral part of the labs goals. As such, a customizable analysis software tool is need to process and analyze these images.
- Generic Name of Product: Imaris for Core Facilities (CF) Annual Lease
-
-
- Purchase Description: Lease renewal for Imaris for Core Facilities
-
-
-
- Salient characteristics:
-
Characteristics for the Imaris Core Facilities Package include:
- MeasurementPro
- Coloc
- Vantage
- XT- compatabile with MATLAB and Python
- Tracklineage
- Cell analysis
- Filament tracer and analysis
- Batch processing
- ClearView Deconvolution and preprocessing
- Stitcher
- Floating license option
-
-
- Quantity: 1
-
-
-
- Delivery Date: September 30, 2023
-
-
-
- Period of Performance: The license is valid for one computer and one year period from September 30, 2023 until September 29, 2024. As part of this license renewal, Imaris will also provide full maintenance and support including: downloads of latest software upgrades, full customer support, and bug processing.
-
-
-
- Option(s): N/A
-
Interested parties may identify in writing their interest and capability in response to this requirement. 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.
All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.
All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.