SOURCES SOUGHT
66 -- AMERICAN RECOVERY AND REINVESTMENT ACT- Confocal Fluorescence Lifetime and FCS Microscope System
- Notice Date
- 8/13/2009
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, 5th Floor, Rockville, Maryland, 20852-3804, United States
- ZIP Code
- 20852-3804
- Solicitation Number
- HHS-NIH-OD-SBSS-09-0003
- Archive Date
- 9/8/2009
- Point of Contact
- Erin - Flynn, Phone: 301-402-8214
- E-Mail Address
-
flynne1@od.nih.gov
(flynne1@od.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a Small Business Sources Sought notice for a future American Recovery and Reinvestment Act of 2009 (ARRA) requirement. THIS NOTICE IS PROVIDED FOR INFORMATIONAL PURPOSES ONLY. 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 manufacturing 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; and (3) their size classification relative to the North American Industry Classification System (NAICS) code (NAICS 334516) for the proposed acquisition. 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 of 334516 (Size Standard of 500 employees) should not submit a response to this notice. This Sources Sought Synopsis is in support of market research being conducted by the National Institutes of Health (Bethesda, MD) to identify capable small business manufacturing sources for a Confocal Fluorescence Lifetime and FCS Microscope System, PicoQuant Photonics North America, Microtime200 or a similar integrated unit that meets the specifications below. The system shall be an integrated unit to include but not be limited to the following: (1) Shall include a Time Correlated Single Photon Counting instrument with the following characteristics: (a). Less than 40ps timing resolution. (b) Less than 80ns dead time on a single channel. (c) 4 synchronized channels with no inter-channel dead time, or better. (d) Peak data throughout rate greater than 5MHz per channel. (2) Shall include confocal fluorescence microscope and main optical unit with the following characteristics: (a) 100x oil-immersion objective lens, numerical aperture 1.4, or better. (b) Fiber optic laser input port. (c) At least 1 free-space exit port for detected fluorescence. (d) Beam paths for 4 single photon detectors, or better. (e) Photodiode for monitoring excitation laser power. (f) Charge coupled device camera for monitoring laser spot back-reflection. (3) Shall include nanopositioning scanners with the following characteristics: (a) 2-axis sample nanopositioner with at least 80um x 80um area and with feedback stabilization to less than 10nm precision. (b) Single-axis objective nanopositioner with 80um travel and feedback stabilization to less than 10nm precision. (4) Shall include software with the following characteristics: (a) Instrument control to provide the following functionally: (i) Point scans (record fluorescence intensity and lifetimes from a single point in the sample). (ii) Area scans (record fluorescence intensity and lifetimes by scanning over a specified 2-dimensional region in the sample). (iii) Random – access scans following area scans (ability to jump to a selected point in the area scan and then perform a point scan). (iv) Real-time display of fluorescence intensity and lifetime histogram. (b) Analysis support for the following types of measurements: (i) Fluorescence correlation spectroscopy. (ii) Fluorescence cross-correlation spectroscopy. (iii) Time correlated single-photon counting/fluorescence lifetime fitting. (c) Support for exporting data to file formats readable by other software (i.e. Matlab). (d) Device driver interface to control microscope and acquire data with custom software. (5) Delivery - The government requires delivery to made within 6 months from the date the contractor receives an order. (6) The Contractor shall supply a minimum of 3 days of installation and training. (7) Shall include shipping and handling, transport insurance, and customs charges if applicable in the price to avoid having to pay this as a separate line item. ANY INTERESTED and CAPABLE small business manufacturer should submit a capability statement of the company along with applicable product lists which demonstrates the firm's ability to supply the products described above. Responses must reference Sources Sought Number HHS-NIH-OD-OLAO-SBSS-09-0003 and include the following: (1) Name and Address of the Organization, (2) Size and type of business: Small Business; HUBZone Small Business; Service-Disabled Veteran-Owned Small Business; 8(a) Small Business; Veteran-Owned Small Business; Woman-Owned Small Business; or Small Disadvantaged Business, (3) Point of contact with name, title, phone, fax and email, (4) DUNS number, (5) Contractor’s capability statement addressing the required item, (6) List of organizations to whom the same or similar types of equipment have been previously provided to include contract number, dollar value, name and phone number of Contracting Officer, (7) Applicable Product list. ALL INFORMATION SUBMITTED IN RESPONSE TO THIS ANNOUNCEMENT MUST BE RECEIVED ON OR BEFORE THE CLOSING DATE. THE CLOSING DATE FOR RESPONSES IS DUE within 10 days of release of posting AT 3PM Eastern Time. Emailed capability statements are authorized (either in Microsoft Word or PDF), but it is the responsibility of the vendor to make certain that the email was received. All questions and/or comments must be in writing and may be emailed to Erin Flynn at flynne1@od.nih.gov. Comments and questions will NOT be answered, but will assist in creating a solicitation for this requirement. Three (3) copies of the capability statement are required if submission is via mail. Submissions via mail shall be sent to: Erin Flynn (Ref. HHS-NIH-OD-OLAO-SBSS-09-0003), National Institutes of Health, Office of Acquisitions, 6011 Executive Blvd., Room 541B, (MSC 7663) Bethesda, MD 20892-7663. (NOTE: If you are using a courier service, Federal Express, UPS, or Express Mail, the city, state, and zip code should read ROCKVILLE, MD 20852). Facsimile copies will not be accepted. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OoA/HHS-NIH-OD-SBSS-09-0003/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN01910597-W 20090815/090814000217-177ea69650a7c32a871e1e67be8854d6 (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 |