SOURCES SOUGHT
66 -- INVERTED RESEARCH MICROSCOPE SYSTEM
- Notice Date
- 4/1/2010
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320, 3900 NCTR Road, Jefferson, Arkansas, 72079-9502
- ZIP Code
- 72079-9502
- Solicitation Number
- FDA1071321
- Archive Date
- 4/22/2010
- Point of Contact
- Regina R. Williams, Phone: (870) 543-7012
- E-Mail Address
-
regina.williams@fda.hhs.gov
(regina.williams@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT NOTICE to determine the availability and capability of potential small businesses (including HUBZone firms; certified 8(a), Small Disadvantaged, veteran and service-disabled veteran-owned small businesses, and women-owned small businesses. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, Solicitation, Request for Quotes, or an indication the Government will contract for the items contained herein. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. The Government does not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this sources sought. Any responses received will not be used as a proposal. The applicable North American Industry Classification System (NAICS) code is 334516 and the size standard is 500 employees. The U.S. Food and Drug Administration (FDA) is seeking to identify sources that can provide an Inverted Research Microscope System in accordance with the following specifications: Inverted Research Microscope System: • Shall utilize a scientific technique for basic or applied research which is designed to show the calcium (Ca2+) status of a tissue or media via calcium indicators, molecules that can respond to the binding of Ca2+ ions by changing their spectral properties. • Shall utilize groups of highly selective indicators for Ca2+ ions, dyes or reagents and be specific to fura-2. • Spectral properties of the dye or indicators' change upon binding to calcium ideally should utilize fluorescence and or excitation and emission spectral analysis. • Shall include a fluorescence microscope. • Shall have a perfusion system to have working solutions pass through cells. • Shall be able to detect and utilize fura-2 calcium indicators. • Shall have a CCD camera inclusive for image capture. • Shall have image analysis software to archive, manipulate and calculate cell ratios. • Instrument must be as compact and concise as possible to fit on limited laboratory bench-top space. Interested small business potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents capacity and capability to provide the required specified equipment. Interested offerors should submit their capability statement not exceeding fifteen (15) pages in length, excluding standard brochures. Potential contractors must indicate business size, proof of any set-aside certification and company’s DUNS number and provide a contact name, the mailing address, phone number, email address of point of contact, and reference FDA1071321. Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. Please provide the following information to determine if the company can meet the requirement: All descriptive material necessary for the government to determine whether the product offered meets the technical requirements including: technical specifications, descriptive material, literature, brochures and other information corresponding to each item, which demonstrates the capabilities of the contractor’s equipment. Interested Contractors must respond with capability statements which are due in person, by mail, fax or email to the point of contact listed below on or before April 7, 2010 by 1:00 pm (Central Time in Jefferson, Arkansas) at the Food and Drug Administration, National Center for Toxicological Research, Office of Acquisitions and Grants Services, Attn: Regina Williams, 3900 NCTR Road, HFT-320, Jefferson AR 72079-9502.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/FDA1071321/listing.html)
- Place of Performance
- Address: 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
- Zip Code: 72079
- Zip Code: 72079
- Record
- SN02110821-W 20100403/100402000303-5ccbddde9813dc723f8fa39fe90b7905 (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 |