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 -- Super Resolution Microscope

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-14-274
 
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-14-274 2. Title: Super Resolution Microscope 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) super resolution SIM system to enable NIA IRP investigators to image sub-cellular structures at a resolution which is unobtainable with the widefield microscopes (including confocal systems) currently employed at the NIA. Project requirements: Provide and install SIM super-resolution microscope manufactured by Vutara Inc. The system shall include the following: HARDWARE: 1) One (1) Piezo z-focus (400 micron travel) (Part No. 10100204) 2) One (1) Prior xy-scanning stage, Prior Controller-joystick (Part No. 10100400) 3) One (1) Microscope Frame 4) One (1) Stage Insert 5) One (1) Alignment Kit 6) One (1) Pifoc Positioner 7) One (1) Microscope Enclosure Optical Components Illumination: 8) One (1) Custom Microlens Array + tooling cost 9) One (1) Custom Scan Lens 10) One (1) Mount for Custom Scan Lens (Part No.10700251) 11) One (1) Dichroic (Part No. Semrock/Chroma) 12) One (1) Shutter 13) One (1) Clean-up filter (Part No. Semrock/Chroma) Optical Components Emissions: 14) One (1) Custom Microlens Array + tooling cost 15) Four (4) Custom Scan Lens 16) Four (4) Mount for Custom Scan Lens 17) One (1) Filter Wheel 18) Four (4) Emissions Filters 19) One (1) Custom Pinhole Array + tooling costs 20) One (1) Galvo 21) One (1) Galvo Mirror - large beam 22) One (1) Galvo Linear Power Supply 23) One (1) Galvo Mount - Custom 24) One (1) Galvo Connection Cables 25) One (1) Galvo Special Tunning 26) One (1) Aperature Detection & Camera: 27) One (1) sCMOS Hamamatsu Camera Flash 4.0 v2 (Part No. 10403541) 28) One (1) Dual port camera link adapter (required for Hamamatsu Flash 4.0 - supports one camera) (Part No. 10403432) 29) One (1) Cooler for camera (Part No. 10700251) 30) One (1) Camera Mount 31) One (1) Tube Lens U-LTU 32) One (1) Tube lens mount (Part No. 1691) 33) Two (2) Lens Mount bracket LASERS & Section 34) One (1) 488 nm - 1000 mW 35) One (1) 561 nm - 1000 mW 36) One (1) 639 nm - 1000 mW 37) One (1) 405 nm - 200 mW 38) Two (2) Laser Controller, Power Supply, Cooler 39) One (1) AOTF 40) One (1) AOTF - Digital controller 41) One (1) AOTF Controller Cable, Temperature Cable, Power Supply 42) One (1) AOTF Power Supply 43) One (1) AOTF RF Cable 44) One (1) Specialized Cable for DAQ Card 45) Three (3) Dichroic (Part No. Semrock/Chroma) 46) One (1) Genesis 639 Laser Integration 47) One (1) Obis laser integration 48) Two (2) Laser mount Computer: 49) One (1) PC - Control/Imaging/Rendering/Dual Intel Xeon/64 GB RAM/8 TB HDD (upgradeable to 40TB)/Windows Pro Advanced GPU (Part No. 10500118) 50) One (1) 4X SSD Drive Setup with Hardware Raid 51) One (1) DAQ Card 52) One (1) Control Box 53) Software 54) One (1) 60x Olympus 1.33 Silicone Objective (Part No. 10100610) 55) One (1) PLAPON60X)SC2; Super Chromatic Abe. Corr. O81 W/1.4NA 56) One (1) Table 4x6 - Antivibration (Floated) Anticipated period of performance: It is expected that delivery and installation will occur within 30 days 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, 12pm, 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-14-274/listing.html)
 
Record
SN03404655-W 20140626/140625022200-7e286771344026d1c0b658425f225c1d (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.