Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 26, 2014 FBO #4597
SOURCES SOUGHT

66 -- Carl Zeiss LSM 34-Channel spectral Confocal System

Notice Date
6/24/2014
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SS-14-271
 
Archive Date
7/26/2014
 
Point of Contact
Rodney E. Brooks, Phone: 3014020751
 
E-Mail Address
rodney.brooks@nih.gov
(rodney.brooks@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE 1. Solicitation Number: HHS-NIH-NIDA-SSSA-SS-14-271 2. Title: Carl Zeiss LSM 34-Channel spectral Confocal System 3. Classification Code: 66 4. NAICS Code: 334516 5. Description: This is a Small Business Sources Sought notice. 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 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 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 should not submit a response to this notice. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Background: The National Institute on Aging (NIA), one of the 27 Institutes and Centers of NIH, leads a broad scientific effort to understand the nature of aging and to extend the healthy, active years of life. The Intramural Research Program (IRP) of the National Institute on Aging (NIA) provides a stimulating setting for a comprehensive effort to understand aging through multidisciplinary investigator-initiated research, in this regard. Purpose and Objectives: The purpose of this requirement is acquisition of one (1) LSM 780 34-channel Spectral confocal System to support the research of the National Institute on Aging. Project requirements: Contractor shall provide and install Carl Zeiss LSM 780 34-channel Spectral confocal System, or equal. The system shall include the following: 1) One (1) Zeiss LSM 780 34ch NLO Ar, 561, 633 ZEN 2012 (Part No. 4109002020021000) 2) One (1) 405 cw Laser Kit for LSM 710/780, ZEN 12 (Part No. 4109002031918000) 3) One (1) Coupling port for external modules (Part No. 0000001410072000) 4) One (1) T-adapter (Part No. 0000001410108000) 5) One (1) Filter equipment pol. Anisotropy (Part No. 0000001410089000) 6) One (1) ZEN 2011 Exp. Designer/MT/Tiles & Pos Pkg (Part No. 4109009154000000) 7) One (1) ZEN Module Colocalization HW Lic. Key (Part No. 4101361027110000) 8) One (1) ZEN Module 3D VisArt Hardware Lic. Key (Part No. 4101361024110000) 9) One (1) Switching mirror MOT 2x, T-PMT (Part No. 0000001269455000) 10) One (1) T-PMT for LSM 710 (Part No. 0000001410107000) 11) One (1) Equipment laser safety Axio Observer LSM (Part No. 4329249902000000) 12) One (1) Rear port Axio Observer for LSM (Part No. 4236379901000000) 13) One (1) Support LSM 710 RP for Axio Observer (Part No. 0000001410143000) 14) One (1) Fastening Kit for Inverted (Part No. 0000001299421000) 15) One (1) Sideport NDD right / Stand alone (Part No. 4251640000000000) 16) One (1) Adapter AxioObserver NLO (Part No. 0000001475770000) 17) One (1) Cable set for LSM 710 (Part No. 0000001479586000) 18) One (1) Slide-in mod standard XLmulti S1 DARK (Part No. 4118579541000000) 19) One (1) ACR Beam combiner set NLO (Part No. 0000001954742000) 20) One (1) Reflector turret 6x mot for LSM (Part No. 4249490000000000) 21) Four (4) Reflector Module FL EC ACR P&C (Part No. 4249330000000000) 22) One (1) Transmitted light Illuminator LSM (Part No. 42392300000000) 23) One (1) Cable CAN Bus 3.5m (Part No. 0000001315568000) 24) Two (2) Eyepiece PL 10x/23 Br foc (Part No. 444036900000000) 25) One (1) Stepper motor control f.2 Axes SMC2009 (Part No. 4329299011000000) 26) One (1) Plan-APOCHROMAT 100x/1.4 Oil DIC (Part No. 4207929901000000) 27) One (1) 81-322-06 Perimeter Enclosure 36x48x4" (Part No. 4108807104000000) 28) One (1) 63-563 Vibration Isolation Table 36x48 (Part No. 4108807120000000) 29) Two (2) 81-313-03 Sliding shelf- 13"w x 36"d (Part No. 4108807073000000) 30) One (1) 81-325-04 Sub Shelf (Part No. 4108807017000000) 31) Two (2) 81-303-02 Armrest Pad f/Perim Enclosure (Part No. 4108807193000000) 32) One (1) Axio Observer.Z1 mot Basic Stand (Part No. 4310079902000000) 33) One (1) Z-drive Operation Flat Left Imgr/Obsrvr (Part No. 4300520000000000) 34) One (1) Nosepiece 6x MOT w/Definite Focus (Part No. 4245339001000000) 35) One (1) Beam Combiner Mod UV/VIS f/ Defin. Focus (Part No. 4245339020000000) 36) One (1) Docking-Station (Part No. 4329079901000000) 37) One (1) Optovar Turret 3 Position Mot (Part No. 4310130000000000) 38) One (1) Mirror Insert MOT f/VIS-FP-BP f/Vert 200 (Part No. 0000001069229000) 39) One (1) Binoc Tube 45/23 f/Axio Observer (Part No. 4255370000000000) 40) One (1) LED lamp for Incubators XL S1 DARK (Part No. 4118579600000000) 41) One (1) Incubator XL multi S1 DARK LS (Part No. 4118579420000000) 42) One (1) CO2 Module S1 (Part No. 4118579010000000) 43) One (1) Heating Unit XL S2 (Part No. 4118579031000000) 44) One (1) Heating Device Humidity S1 (D) (Part No. 4118579050000000) 45) One (1) CO2 Cover PM S1 (Part No. 4118579110000000) 46) One (1) Temp Module S1 (Part No. 4118609010000000) 47) One (1) Heating Insert P S1 (Part No. 4118609020000000) 48) One (1) Heating Insert P Lab-Tek TM S1 (Part No. 4118609025000000) 49) One (1) FL Filter Set 49 DAPI,EX G365 S free (Part No. 4880499901000000) 50) One (1) FL Filter Set 38 HE GFP shift free (Part No. 4890389901000000) 51) One (1) FL Filter Set 43 HE Cy3 shift free (Part No. 4890439901000000) 52) One (1) FL Filter Set 56 HE GFP+DsRed Shift Free (Part No. 4890560000000000) 53) One (1) Illumination HXP 120V (Part No. 4230139010000000) 54) One (1) Lamphousing 12V/100w w/ Collector (Part No. 4230009901000000) 55) Four (4) Bulb HAL 12V/100W Rectangular Filament (Part No. 3800591660000000) 56) One (1) Scanning Stage 130x100 step (Part No. 4320299903000000) 57) One (1) Joystick XY; CAN (Part No. 4329039011000000) 58) One (1) Universal Mounting Frame K (Part No. 4513520000000000) 59) One (1) Universal Mounting Frame KX (Part No. 4513530000000000) 60) Three (3) Intermediate Ring W 0.8 to M27, 0mm (Part No. 0000001095168000) 61) One (1) Fluar 5x/0.25 WD=12.5 M27 (Part No. 4201309900000000) 62) One (1) Fluar 10x/0.50 WD=1.9 M27 (Part No. 4201409900000000) 63) One (1) DIC Slider F 10x/0.50 II (Part No. 4269420000000000) 64) One (1) Plan-Apochromat 20x/0.8 WD=0.55 M27 (Part No. 4206509901000000) 65) One (1) DIC Slider EC PN 10x 20x/PA 20x (Part No. 4269400000000000) 66) One (1) Plan-Apochromat 40x/1.3 Oil DIC UVVIS-IR (Part No. 4207629800000000) 67) One (1) DIC Slider PA 40x/1.3 III (Part No. 4269650000000000) 68) One (1) I Plan-Apochromat 63x/1.4 Oil DIC M27 (Part No. 4207829900720000) 69) One (1) DIC Slider PA 63x/1.4 III HR (Part No. 4269570000000000) 70) One (1) DIC Slider PA 100x/1.40 III HR (Part No. 4269410000000000) 71) One (1) Condsr LD 0.55 H/DIC/Ph 6x Mot (Part No. 4242440000000000) 72) One (1) Polarizer D Rotatable (Part No. 0000001121813000) 73) One (1) Analyzer Module P&C D ACR shift free (Part No. 4249379901000000) 74) One (1) DIC Prism II/0.55 (Part No. 0000001005867000) 75) One (1) DIC Prism II/0.55 (Part No. 0000001005868000) 76) One (1) ZEN Mod.FCS GAaSP Hardware License Key (Part No. 4101361004110000) 77) One (1) ZEN Module FCS PCH Hardware License Key (Part No. 4101361005110000) Anticipated period of performance: Contractor shall deliver and install all equipment within 4 months after receipt of order. Capability statement /information sought. Interested organizations must provide clear and convincing documentation of their capability of providing the item(s) specified in this notice. Interested organizations that believe they possess the ability to provide the required items must submit specific documentation of their ability to meet each of the project requirements to the Contract Specialist. Interested organizations must provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The Government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc.) pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The information submitted must be must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Rodney Brooks, Contract Specialist, at rodney.brooks@nih.gov in MS Word format by or before the closing date of this announcement. All responses must be received by the specified due date and time in order to be considered. Facsimile responses are NOT accepted. The response must be received on or before July 11, 2014, 12 pm, eastern time. "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 presolicitation 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)." Contracting Office Address: 31 Center Drive Room 1B59 Bethesda, Maryland 20892 Primary Point of Contact.: Rodney Brooks Rodney.brooks@nih.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-SS-14-271/listing.html)
 
Record
SN03404619-W 20140626/140625022145-5edc478261fb8a59a7018203a45c5f06 (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.