SOURCES SOUGHT
99 -- NEUROLUCIDE SOFTWARE AND APPARATUS
- Notice Date
- 5/14/2009
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- National Institutes of HealthNational Institute of Child Health6100 EXECUTIVE BLVDROOM 5Z00BethesdaMD20892-7511
- ZIP Code
- 20892-7511
- Solicitation Number
- NICHD2009045
- Response Due
- 5/26/2009
- Archive Date
- 6/25/2009
- Point of Contact
- ROBINSON, TINA robinsti@mail.nih.gov<br />
- Small Business Set-Aside
- Total Small Business
- Description
- Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) is conducting a market survey to determine the availability and technical capability of qualified small businesses, including 8(a) small businesses, small disadvantaged businesses, woman-owned small businesses, service-disabled veteran-owned small businesses or HUBZone small businesses capable of providing the following: Quantity of one (1) EA: Neurolucida Software and Apparatus to include the following: 1)P/N: NL-15 - Neurolucida software for Mapping, Neuron Tracing, 3D Serial Section Reconstruction, Morphometry and Image Analysis2)P/N: NM-09 - Neurolucida 3-Year+ software Upgrade and Support Subscription3)P/N: MS-86 3-Axis computer-controlled stepping motor system comprised of 4x3 XY stepping stage w/linear encoders (0.05um resolution, <3um accuracy), Z-axis motor (0.1um resolution), joystick, slide holder and external 3-axis stage controller w/interface to PC4)P/N: MS-S6 Software Module for controlling motorized stage5)P/N: ME-10 Focus Measurement Encoder. Provides accuracy to 0.1um of the actual microscope stage focus position. Achieves closed-loop focus operation for more accurate Z-axis measurements. Includes microscope mounting bracket. 12mm range6)P/N: DV-20 Color digital camera. chip, 1600H x 1200V picture element native output at 10 frames per second. Multiple alternative binning modes (up to 4x4 or subframed) at faster frame rates. 36-bit color, 2 megapixel imaging. Wide-Bandwidth light sensitivity, optimal for most brightfield and epifluorescent applications. Includes Firewire PC interface card. Requires a C-mount adapter on the microscope 7)P/N: ZCM-10 Adjustable C-Mount Adapter T2 to C-Mount, 1.0x8)P/N: ZCM-40 Adapter 60N T2 1.0x\9)P/N: PC-54 PC Workstation. Intel Core 2 Duo E6850 3.0GHz processor, (1333MHz FSB, 4MB L2 Cache/Dual-Core/VT), 525 watt power supply, 4.0GB DDR2 NECC SDRAM @ 800MHz, nVida, 9800GT 1GB dual VGA or DVI video card, 16x DVD+/-RW drive, 1.44MB floppy drive, 2x 500GB SATA 7200 RPM hard drive in RAID 1 configuration, integrated Gigabit NIC, serial port, Enhanced multi-media keyboard, optical mouse, GOLD Technical Support (3 years). Windows XP Pro SP3 operating systems.10)P/N: CS-10 Calibration grid slide with reference grid squares in dimensions of 25um and 250um increments11)P/N: TK-10 Standard MBF Toolkit: (1) Extra long metric ball hex wrenches (1.5, 2.0, 2.5, 3,4, 5mm) (1) English ball hex wrenches (5/64 to 5/16). (1) Screwdriver set (slotted 1,2,3,4mm, Phillips #000, #00, #0, #1)12)P/N: SI-10 System integration fee. System testing/QA activities performed prior to system delivery13)P/N: OS-35b One day of on-site installation followed by two days of training onsite Interested firms with the capability of providing the required system are requested to submit a capability statement to assist the Government in determining in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b) whether or not this procurement will be set-aside for any of the programs described above. The intended procurement will be classified under North American Industrial Classification (NAICS) code 511210 with a size standard of $23M. All respondents are requested to identify their firms size and type of business. Interested firms responding to this market survey must provide (a) capability statement demonstrating their experience, skills and capability to fulfill the Governments requirements for the above. The capability statement shall be in sufficient enough detail, but not to exceed 15 pages, so that the Government can determine the experience and capability of your firm to provide the requirements above. Your capability statement should include references. Two (2) copies of the capability statement must be received at the address identified in this synopsis prior to close of business (3:00 P.M. local time at designated location) on May 26, 2009. Responses by fax or e-mail WILL NOT BE ACCEPTED. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/spg/HHS/NIH/NIDDKD/NICHD2009045/listing.html)
- Record
- SN01816785-W 20090516/090514215711-67e2334df29a6f0dee3ed46578ce751a (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |