Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2015 FBO #4824
SOURCES SOUGHT

66 -- Near-Infrared Imaging System

Notice Date
2/6/2015
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Nat'l Institute of Diabetes, Digestive, & Kidney Diseases, 2 Democracy Plaza, Suite 700W, 6707 Democracy Blvd., MSC 5455, Bethesda, Maryland, 20892-5455
 
ZIP Code
20892-5455
 
Solicitation Number
NIHLM2015398
 
Archive Date
2/24/2015
 
Point of Contact
V. Lynn Griffin, Fax: 301-480-8501, MAXWELL KIMPSON,
 
E-Mail Address
griffinv@mail.nih.gov, Max.Kimpson@nih.gov
(griffinv@mail.nih.gov, Max.Kimpson@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This Small Business Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for Market Research. The National Institutes of Health (NIH) National Institute of Diabetes and Digestive and Kidney Diseases is conducting a market survey to determine the availability and technical capability of qualified small business, veteran-owned small business, service-disabled veteran-owned small business or HUBZone small businesses capable of providing a Near-Infrared Imaging System for Quantitative Dual-Color (700nm/800nm) Western Blots and Micro well Plates specifically two -color NIR imaging of the following types of samples: membrane-based Western blots; In-Gel Western assays for the immediate detection of proteins prior to blotting; nucleic acids in either agarose or PAGE gels; Northern blots; Quantitative detection of target molecules (typically proteins) in cell culture or in vitro assays in 6- to 384-well microtiter plates. Tissue sections. Simultaneous two-channel detection (roughly 700nm and 800nm emissions) must be possible for multiplex sample analysis and/or normalization. For each channel, a dedicated and optimized excitation source and detection system must be provided for maximum speed and flexibility. One excitation source should be in the range 670-685nm and the other 760-785nm, to be compatible with existing protocols. Emission filters having band width of 20nm should be available for each detection channel, in order to obtain the highest possible signal-to-noise ratio. Automatic, optimized image capture that offers a dynamic range of greater than 6 logs in a single capture. Linear dynamic range of the detection system must be at least 5 orders of magnitude. Pixel resolutions range from <25 μm to > 300 μm should be possible. Scanned object must remain stationary during imaging. A sample area of at least 25 cm x 25 cm must be available. Analysis software must be included that equals or surpasses the capabilities of Image Studio Software + In-Cell module TIFF must be a supported output image file format. Excitation source lifetime must be typically at least 40,000 hours of operation time before failure, to minimize operational costs. Upgrade option to add imaging capability of organs and small animals. The intended procurement will be classified under North American Industrial Classification (NAICS) code 334516 with a size standard of 500. Offerors who are capable of providing at a minimum, fifty-one percent (51%) of the required/actual service/installation of this solicitation. All respondents are requested to identify their firm's size and type of business. Interested firms responding to this market survey must provide (a) capability statement demonstrating their experience, skills and capability to fulfill the Government's requirements for the above. The capability statement shall be in sufficient enough detail, but not to exceed 15 pages, so that the Government can determine the experience and capability of your firm to provide the requirements above. Your capability statement, not to exceed 15 pages, should include references. Capability statement must be received at the address identified in this synopsis no later than 11:00 A.M. local time at designated location) on February 23, 2015. Responses by FAX or E-MAIL WILL BE ACCEPTED. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. 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 provided 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 response to a solicitation. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)." Any questions regarding this announcement must be sent via email to griffinv@mail.nih.gov and must include solicitation NIHLM2015398 in the subject line of email. PLEASE NOTE: In order to receive an award, contractor must be registered and have valid certification in the System for Award Management (SAM) [formerly CCR].
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDDKD/NIHLM2015398/listing.html)
 
Record
SN03635777-W 20150208/150206234845-aa92cea8aaa4755c086bf670b926b3cf (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.