SOURCES SOUGHT
66 -- Infrared Imaging System for NINDS Neuronal Cytoskeletal Protein Regulation Section
- Notice Date
- 7/28/2015
- 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, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SBSS-15-671
- Archive Date
- 8/18/2015
- Point of Contact
- Lauren M. Phelps, Phone: 3015942490
- E-Mail Address
-
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, MD 20892, UNITED STATES. Introduction: 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. Background: The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the NIH, and conducts research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. A critical part of the NINDS mission is to study the effect of disease-causing mutations on the structure and function of the nervous system and muscle cell function. NINDS uses infrared imaging to detect proteins and quantitate the changes in proteins after treatment.The analysis of these mutant proteins involves using several different models including cell lysates, whole cells, tissue from human and animals, and in vivo studies in small animals. Presently the NINDS has been using this method to examine the cellular dynamics of various compounds to effectively change the toxicity of a mutant protein. Purpose and Objectives for the Procurement: The purpose of this acquisition is purchase of one (1) infrared imaging system for use in research projects that identify and analyze changes in proteins that contribute to neurological and neuromuscular disease. The purchase shall incorporate trade-in of an existing Li-Cor, Inc. Scanner Gel System (Model No. 920101, Serial No. 688). Project Requirements: The NINDS Neurogenetics Branch requires one (1) infrared imaging system which meets the following requirements: 1. The system must offer simultaneous, two-channel detection for multiplex sample analysis and/on normalization. The channels shall be 700 nm and 800 nm. 2. For each channel, the system must include a dedicated and optimized laser and detection system. 3. The system must include two infrared, solid-state laser diodes emitting at 685 nm +5 nm and 785 nm +5nm, respectively. These infrared lasers must be the means of excitation of fluorescent labels. 4. The instrument's detection system must be based on single point detection by cooled Avalanche Photodiodes (APDs). 5. The instrument's laser lifetime must be warranted to exceed 40,000 hours of operation before failure. 6. The instrument must offered detection of fluorescent dyes within the ranges (710 nm - 730 nm) to (810 nm - 830 nm) for the 700 nm and 800 nm channels, respectively. No excitation/ detection thresholds below 700 nm will be accepted. 7. The instrument must provide automatic image capture capability that offers a dynamic range of greater than 6 logs in a single capture. 8. The instrument must provide linear dynamic range of the detection system for at least 5 orders of magnitude. 9. The instrument must include a laser/microscope that is integrated into a precision scanning mechanism capable of scanning at resolutions of 21 - 337 μm. 10. The system must utilize a sealed, flatbed-scanning surface to accommodate varying sample media (membranes, multi-well plates, gels, small animals, slides, etc.). 11. The system must offer two-color quantitative membrane- based Western blot analysis with signals being simultaneously detected at 700 nm and 800 nm. 12. The system must offer simultaneous 2-channel detection of infrared-labeled or NIR-stained nucleic acids using either agarose or PAGE gels. 13. The system must offer two-color quantitative detection of In-Gel Western assays for the immediate detection of proteins prior to blotting. 14. The system must offered quantitative detection of target molecules (typically proteins) in cells grown in 6- to 384-well plates. Quantitative analysis must be possible for all target molecules.Normalization of the target molecule by the cell number must be possible by simultaneous and quantitative detection of a second target protein or quantitative detection of nucleic acids. 15. The system must offer near infrared in vivo detection of fluorescently probed targets in small animals like mouse or rat. The system must be capable of providing a common platform for in vitro and in vivo experiments. 16. The system must offer quantitative detection of Coomassie stained protein gels 17. The system must have software that is compatible with both Apple and Windows software. 18. The system must be one that can be serviced and repaired at the NIH site, should a future need arise. The NIH shall not consider equipment that would have to be sent back to the manufacturer should maintenance be required. The required system shall be purchased in conjunction with a trade-in of an existing Li-Cor, Inc. Scanner Gel System (Model No. 920101, Serial No. 688). Offerors must be able to provide a quotation which includes trade-in of this existing equipment. Additionally, the contractor shall provide F.O.B Destination shipping/delivery, shall install the equipment at the NIH facility, and shall provide four (4) hours of training on use of the instrument for eight (8) people. Anticipated Delivery Requirements/Period of Performance: The Contractor shall deliver and install the required equipment within sixty (60) days after receipt of order. The equipment shall be delivered between the hours of 8:00 AM to 5:00 PM, Bethesda, MD local prevailing time, Monday through Friday. Anticipated Contract Type: A firm fixed price purchase order, within the Simplified Acquisition threshold, and with NET30 invoicing terms is anticipated. Capability Statement: Contractors that believe they possess the ability to provide the required commercial equipment and delivery and installation services should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. Contractors 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 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. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Lauren Phelps, Contract Specialist, at Lauren.Phelps@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. 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. Information provided will be used to assess tradeoffs and alternatives available for the potential requirement and may lead to the development of a solicitation. 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. Any solicitation resulting from the analysis of information obtained will be announced to the public in Federal Business Opportunities in accordance with the FAR Part 5. 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)."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-15-671/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03813537-W 20150730/150728235959-a6ef23368cbd1e3ccabe5ad97ee44816 (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 |