Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2009 FBO #2854
SOURCES SOUGHT

66 -- RECOVERY- LASER SCANNING MICROSCOPE 700 URGB 405, 0R EQUAL

Notice Date
9/15/2009
 
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-olao-sbss-09-007
 
Point of Contact
Marcia - Goldman, Phone: 301-496-2302
 
E-Mail Address
goldmanm@od.nih.gov
(goldmanm@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 Carl Zeiss Microimaging, Inc. LSM700 URGB (405), or equal that meets the specifications below. 1.Shall include an LSM 700 URGB (405) 2 channel laser or better. 2.Shall include 3D LSM for ZEN 2009 Software. 3.Shall include Axio Observer Z1 for LSM 700 Transmitted Light PMT with the following or better: T – PMT LSM 700 and housing for 2 Illuminators Man with Rot Mirror. 4.Shall include Axio Observer Z1 stand mot with the following or better: 2 Each Axio Observer Z1 stand Mot, 2 Each Z - drive Operation Flat Left Imager/Observer, 2 Each Nosepiece 6x H/DIC Mot M27 for Observer, 2 Each Optovar Turret 3 position Mot, 2 Each Mirror Insert VIS for BaseSlider for Vert200, 2 Each Sideport 60N L/R 100 3 pos for Observer, 2 Each Binoc Tube 45/23 for Axio Observer, Upgrade kit Axio Observer camera port, Vibraplate Axio Observer, and Dust Cover for Vert100/135/200. 5.Shall include the following Fluorescence Equipment or better: 2 Each FL/HD Light Train Man for Observer, 2 Each Adjusting Aid HBO/XBO for Skop2+/Vert200, 2 Each Shutter FL, Internal for Observer D1 Z1, 2 Each Diaphragm Slider for Vert200 and Observer, 2 Each Reflector Turret 6x Mot for Observer, Reflector Module FL EC P&C, FL Filter Set 49 DAPI, EX G365 S Free, FL Filter Set 43 HE Cy3 Shift Free, FL Filter Set 38 HE GFP Shift Free. 6.Shall include the following Transmitted Light Equipment or better: 2 Each Illuminator Carrier Tilt Back for Observer Z1, Lamphousing 12V/100W with Collector, and Bulb HAL 12V/100W Rectangular Filament. 7.Shall include the following HBO Illuminator and accessories or better: Lamphousing HBO 100, Burner HBO 103 W/2, and Power Supply for HBO 100 Lamp. 8.Shall include the following Manual Stage or better: Mechanical Stage 130 X 85 R/L for Observer and 2 Each Universal Mounting Frame K. 9.Shall include the following Scanning Stage or better: Scanning stage 130 x 85 mot. P; CAN and Electronic Coaxial Drive CAN (D) 10.Shall include the following Optics or better: APO Calibration LSM M27, EC Plan-Neofluar 10x/0.30 WD=5.2, Plan-Apochromat 20x/0.8 D=0.55, DIC Slider EC PN 10x 20x/PA 20x, EC Plan-Neofluar 40x/1.30 Oil WD=0.21, DIC Slider PN 40x, F 40x, PA 40x, Plan-Apochromat 63x/1.40 Oil D=0.18, DIC Slider PA 63x/1.4 III HR, Alpha Plan-Apo 100x/1.46 Oil DIC WD=0.1, DIC Slider PA 100x/1.46 III, 2 Each Condenser LD 0.55 H/Ph 1/2/3/DIC, 2 Each Eyepiece PL 10x/23 Br foc, 2 Each TFT Docking Station, DIC Prism 11/0.55, DIC Prism III/0.55, 2 Each Polarizer D Rotatable, and Analyzer Module ACR P&C. 11.Shall Include Installation Delivery - The government requires delivery to made within 90 days from the date the contractor receives an order. The government will evaluate, as regards to time of delivery, offeror’s that propose delivery within the applicable delivery period specified above. Offeror’s that propose delivery that will not clearly fall within the applicable anticipated delivery period specified above will also be considered. The Government reserves the right to award either the anticipated delivery schedule or the proposed delivery schedule. 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-09-0007 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 Marcia Goldman at goldmanm@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: Marcia Goldman(Ref. HHS-NIH-OD-OLAO-SBSS-09-0007), National Institutes of Health, Office of Acquisitions, 6011 Executive Blvd., Room 539A, (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-olao-sbss-09-007/listing.html)
 
Place of Performance
Address: BETHESDA. MD, BETHESDA, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01955672-W 20090917/090916002020-25854e888a63eb1375d6d911cb98c970 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.