SOURCES SOUGHT
66 -- 3D Correlative and Reconstruction System
- Notice Date
- 7/20/2016
- 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, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SS-2016-511
- Archive Date
- 8/14/2016
- Point of Contact
- Pamela J. Daugherty, Phone: 3014802467
- E-Mail Address
-
pamela.daugherty@nih.gov
(pamela.daugherty@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Description: This is a Sources Sought notice. 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. 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 Drug Abuse (NIDA) Electron Microscopy Core currently has a ZEISS scanning electron microscope. In order to study neuronal pathway using correlative light electron microscopy, a ZEISS light microscope is required in order to collect the fluorescent image and electron microscopic image at the same time. Purpose and Objectives: The National Institute on Drug Abuse (NIDA) Electron Microscopy Core requires an inverted microscopy and imaging system to perform Correlative Array Tomography (CAT) and Correlative Light and Electron Microscopy (CLEM) with an existing ZEISS Sigma VP Field Emission Scanning Electron Microscope. Project requirements: This is a request for a 3D correlative and reconsutrction system, tying together light and electron microscopy imaging with high speed multichannel and DIC imaging requirements. The system must be capable of collecting 4D datasets. In addition, the system must be equippded to image a full range of simple to complex tile and position experiments, including sample carrier and automated multiposition and tile scanning. The system must be able to set different imaging parameters for different positions in the same experiment. The system must include Correlative Array Tomography functions, including but not limited to: - Wizard-based workflow solution - Precise correlative calibration in widefield mode - Hierarchical image acquisition using full range of magnification - Automate large area selection and imaging - Registration of Correlative 3D datasets. Additionally, the system must be able to run already existing ZEN software licenses allowing Correlative Light and EM Microscopy applications. The software must be capable of creating smart experiments based on dye selection. This system must include a range of dry lenses including but not limited to 5x 1.6NA, 10x 0.45NA, 20x 0.8NA, and 40x.09NA lenses. Anticipated period of performance: Delivery is expected to be 12 weeks ARO. Other important considerations: Capability statement /information sought: Respondents must provide clear and convincing documentation of their capability of providing the products specificed in this notice. Also, information must be provided in sufficient details of the respondents' (a) staff expertise, including their availability, experience, formal and other training; (b) current in-house capability to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and other management capability; and (e) examples of prior completed Government contracts, references, and other related information. 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. Finally, respondents are also encouraged to provide a general overview of the respondent's opinions about the difficulty and/or feasibility of the potential requirement, and any other information regarding innovative ideas or concepts that may be applicable. Submission Instructions: 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 responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted. The response must be submitted to Pamela Daugherty, Contract Specialist, NIH/NIDA/SSSA at pamela.daugherty@nih.gov The response must be received on or before July 30, 2016 at 3:00 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)."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SS-2016-511/listing.html)
- Place of Performance
- Address: 251 Bayview Blvd, Baltimore, Maryland, 21224, United States
- Zip Code: 21224
- Zip Code: 21224
- Record
- SN04189277-W 20160722/160720234541-6b17e97a052022e0cc335b2bdff5ed29 (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 |