Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2011 FBO #3682
SOURCES SOUGHT

66 -- Super-resolution and Selective Plane Illumination Microscopy using Custom Hardware Bases

Notice Date
12/22/2011
 
Notice Type
Sources Sought
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-(EB)-2012-043-RNP
 
Archive Date
1/11/2012
 
Point of Contact
Rieka Plugge, Phone: (301) 496-6092
 
E-Mail Address
Rieka.plugge@nih.gov
(Rieka.plugge@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a small business Sources Sought notice for the National Heart, Lung, and Blood Institute (NHLBI) on behalf of the National Institute for Biomedical Imaging and Bioengineering (NIBIB). This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Background The laboratory Section on High Resolution Optical Imaging (HROI) at the National Institute of Biomedical Imaging and Bioengineering (NIBIB) has conducted cutting-edge research into microscopy development. The lab focuses on two main areas: (1) super-resolution microscopy, i.e. imaging beneath the diffraction limit and (2) high speed volumetric imaging. Purpose and Project Requirements The purpose of this requirement is to provide laboratory supplies and equipment to support research in the labs two main areas: (1) super resolution microscopy and (2) high speed volumetric imaging. More specifically, the equipment will be used for two purposes. 1) The first piece of equipment will be used for a new kind of structured illumination microscopy. Since HROI designs its own microscopes, this requires a solid foundation (base) upon which to mount all other optics, mechanics, and electrical elements. As the anticipated resolution gains will be in the ~100 nm regime, controlling mechanical and thermal drift is of critical importance. The system must be made from invar, a material with an extremely low coefficient of thermal expansion. Thus, it will be far less prone to thermal drift than other alloys and metals commonly used in microscopy bases (i.e. Aluminum). This material is optimally suited to super-resolution experiments. 2) The HROI laboratory recently designed an inverted plane illumination microscope (SPIM) for high speed volumetric imaging of living samples, such as worm embryos (Wu et. al. PNAS 108 17708-17713 (2011)). This device employs a custom-built mount that houses two perpendicular objectives for exciting the sample and recording fluorescence. Importantly, no commercial base for SPIM exists, and the HROI laboratory designs its own from various parts. The system must be designed to serve as a base for a next generation SPIM device. The use of this base is required, as it provides piezoelectric devices, stages, and mechanics designed to work with the current systems parts and specifications. These two bases will enhance and enable capabilities currently lacking from the current equipment. Specifically: 1) The existing super-resolution system consists of several objectives, lasers, mirrors, lenses, and optomechanics. A system with an INVAR base will enable these components to be mounted in the correct orientation with respect to each other and therefore can be used as a functional microscope. Furthermore, a base without INVAR would lead to unacceptable thermal drift, causing the components to move too much for super-resolution measurements. 2) The existing SPIM system consists of two objectives, a right-side objective mount, and lenses and lasers. Like the super-resolution system, these components must have a base that meets the design specifications for integration of the right-side objective mount with the rest of the optical system, and is necessary for a complete microscope. Anticipated delivery date The anticipated delivery date is 45 days from the date of award. 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). Information Submission Instructions Companies that can perform the requirements above are requested to: Submit a tailored capability statement for this requirement, not to exceed 10 double-sided pages (including all attachments, resumes, data, etc.) presented in single-space and using a 12-point font size minimum, that clearly details the ability to perform the task (s) as described above. The capability statement shall include the following: Organization name, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), Point of Contact (POC) information (include title, address, phone number, and e-mail address), the NAICS code, and identify your size and type of business (i.e. Small Business; Small Disadvantaged Businesses (SDB); Woman-owned Small Businesses (WOSB); Historically Underutilized Business Zone (HUBZone); Veteran-Owned Small Businesses (VOSB); and Service-Disabled Veteran-owned Small Businesses (SDVOSB]; To demonstrate experience in providing the above supplies, information regarding three Federal Government contracts for the same or similar supplies (include a description of supplies provided; period of performance; and value of each contract); Any other relevant information that is not listed above which the Government should consider in finalizing its market research. Responses will be reviewed only by NIH personnel and will be held in a confidential manner. All capability statements sent in response to this Sources Sought notice must be submitted electronically (via e-mail) to Ms. Rieka Plugge, Contract Specialist, at rieka.plugge@nih.gov in either MS Word or Adobe Portable Document Format (PDF), by December 27, 2011, 4:00 PM, EST. All responses must be received by the specified due date and time in order to be considered. Other important considerations In order to receive an award from the NHLBI on behalf of the NIBIB, contractors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov and the Online Representations and Certifications Application (ORCA) https://orca.bpn.gov/login.aspx.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(EB)-2012-043-RNP/listing.html)
 
Place of Performance
Address: 6701 Rockledge Drive, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02644179-W 20111224/111222234149-88a8169bbebfd32b170142f88eed183a (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.