Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2017 FBO #5584
MODIFICATION

66 -- Confocal Laser Scanning Microscope

Notice Date
3/6/2017
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA700017T0051
 
Archive Date
3/29/2017
 
Point of Contact
Jerry B. Smith, Phone: 719338267
 
E-Mail Address
jerry.smith.25@us.af.mil
(jerry.smith.25@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT Notice for market research purposes only in accordance with Federal Acquisition Regulation (FAR) Part 10 for the upcoming acquisition for the United States Air Force Academy. DO NOT submit a quote or proposal in response to this synopsis. The Commodities and Services Flight, 10th Contracting Squadron (10 CONS), USAF Academy (USAFA), Colorado, seeks information concerning firms interested, to include small business socio-economic categories capable and qualified of providing a Confocal Laser Scanning Microscope for Laboratory Operations at the 711th Human Performance Wing at Wright Patterson Air Force Base, Dayton Ohio. This Sources Sought notice shall not be construed as a formal solicitation or as an obligation on the part of 10 CONS to acquire any products or services. Information provided to 10 CONS in response to this posting is strictly voluntary and given with no expectation of compensation, and clearly provided at no cost to the Government. A formal solicitation may be executed and posted separately on Federal Business Opportunities website (www.fbo.gov) or GSA ebuy at a future date. 10 CONS is interested only in identifying interested and capable contractors for this product and receiving industry feedback to improve the acquisition process as part of market research. This sources sought is issued for determining if there are responsive small business concerns capable of meeting the requirement. Interested vendors must reference their 8(a), HUB Zone, Women-owned, or Service Disabled Veteran status - which must be signed by a company officer with authority to bind the company. The planned North American Industry Classification System (NAICS) code is 334516, Analytical Laboratory Instrument Manufacturing. The small business size standard is 1,000 employees. Small Business (SB) Set-Aside Determination: 10 CONS reserves the right to determine if a SB set-aside is appropriate including specific socio-economic programs (HUB Zone, Small Business Administration (SBA) subcontractors referred to as "8(a)" contractors eligible under Section 8(a) of the Small Business Act (15 USC 637(a)), or SDVO small businesses) based on responses to this notice and other pertinent information gathered by the contracting officer. In order for 10 CONS to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capacity and capability to successfully perform and manage all the requirements of this notice. The proposed contract is anticipated to be a firm fixed price contract for one Confocal Laser Scanning Microscope. Delivery is FOB Destination to Wright Patterson Air Force Base, Dayton Ohio. Comments and/or suggestions on the below salient characteristics are encouraged and can be included in your capabilities package. The minimum Confocal Laser Scanning Microscope salient characteristics are: Requirement • System shall be capable of selecting between widefield and confocal imaging of live or fixed samples allowing selection of optimal modality to match sensitivity and throughput needs • System shall have sensitivity resulting in high contrast and high uniformity of intensity and shape across a large field of view achieving near-theoretical Z resolution • System shall have magnification range capable of 1x to 100x magnification • System shall be capable of achieving better than 100nm resolution in X, Y and Z axes • System shall be capable of imaging very large to very small features or microorganisms enabling a wide range of studies • System shall have a wide field of view to enable faster image acquisition, yielding more data in less time • System shall have multiple confocal disk geometries allowing resolution and throughput needs to be matched • System shall have a scanning stage allowing more accurate large-field imaging of cell layers, fibrous networks and tissue sections • System shall be able to be integrated with plate automation robotic system that is in place • System must be programmable through user- written macros allowing the user the flexibility to optimize assays and workflows for specific application • System must be able to be both laser and image focused • System must be able to quantify low and high intensity signals in a single image • System must have user changeable filters and user-changeable objectives • System shall be no larger than 21" W x 34" L x 19" H to replace existing units on existing anti-vibration tables Operation Transition of "Cellular Sentinels of Toxicity Platform: Image-based toxicity screens of human stem cell-derived neurons, cardiomyocytes, and hepatocytes" project from Sanford Burnham into a USAFSAM capability requires USAFSAM FHOF to be able to analyze human induced pluripotent stem cells through the use of a confocal high content screening system. Office of the Secretary of Defense funded Applied Research for the Advancement of S&T Priorities (ARAP) Program on Synthetic Biology for Military Environments (SBME) is also dependent on high content screening equipment to develop an open system architecture and novel chassis development towards building a sustainable Air Force capability in this area. Finally, high content screening capability is critical to developing a DHP force health protection Toxicology ToolBox envisioned to deliver pivotal information for total exposure health/precision medicine risk estimates and incident response capabilities. Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. All potential offerors are reminded, in accordance with Federal Acquisition Regulation (FAR) 52.204-7; System for Award Management (SAM), lack of registration in SAM will make an offeror ineligible for contract award. All businesses capable of providing these electronics training systems are invited to respond. Interested parties shall provide the following information: a. Company name, address, Cage Code, DUNS Number, NAICS codes, name of point of contact, telephone number and e-mail address; b. Small business status (service disabled veteran owned small business, HUB Zone, 8(a), minority business enterprise, etc.) if any; c. Date of business type certification and company's business size; d. Annual gross revenue, number of full-time employees by direct labor, indirect labor, and administrative/overhead positions; e. Company's primary source of business (commercial/private or Government sector); Interested parties may also provide feedback concerning the following: a. Is this the appropriate NAICS code? If not, please identify which code is appropriate? b. Are you a manufacturer or reseller? c. What is your lead-time? d. Have you ever performed federal government contracts? e. What are your payment terms? f. What would you consider "risk" on the contractor's part for this acquisition? g. If you require different terms and conditions than those normally used by the Government, what are your commercial terms and conditions? Please feel free to provide a copy of your terms and conditions for this type of work. h. Do any of the salient characteristics limit competition? i. Are there any aspects of this requirement which are not consistent with current industry practices? j. Add any questions specific to the acquisition not included above. Provide responses not later than 10:00 am Mountain Daylight Time on 14 March 2017. The 10th Contracting Squadron is under no obligation to consider information received after 10:00 am (MDT), 14 March 2017, as part of the formal market research for this acquisition. Submit all of the above information in sufficient detail for a decision to be made on the availability of interested parties. Proprietary information should be marked "PROPRIETARY INFORMATION." An electronic email response is the accepted method. Failure to submit all information by the submission due date and time will result in a contractor being considered "not interested" in this requirement. Email responses to Jerry B. Smith Contracting Officer at jerry.smith.25@us.af.mil This is only a Sources Sought Notice and is NOT a Request for Proposal (RFP) or Request for Quotation (RFQ). No solicitation is being issued at this time, and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. In accordance with FAR Part 52.204-7, contractors must be registered in the System for Award Management (SAM) to be eligible for award. Register at https://www.sam.gov/portal/public/ SAM/#1. Any future information on this acquisition (statement of work, specifications, Solicitation, etc.) will be posted on www.fbo.gov. It is the responsibility of the prospective offeror to review this site regularly for updates and/or changes. For information on Small Business Administration programs, please contact the USAFA Director of Small Business, Bill Wolski at 719-333-4561. Pursuant to AFFARS Part 5301.9102(c), Mr. James Anderson is appointed as the USAFA Ombudsman. The USAFA Ombudsman contact information is: 10 CONS/CD (Mr. James Anderson), 8110 Industrial Drive, Suite 103, USAF Academy, CO 80840. Telephone Number: 719-333-2865, FAX: 719-333-9018. Email Address: james.anderson.72@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA700017T0051/listing.html)
 
Record
SN04424733-W 20170308/170306235011-d6b350a238925bd66bc1c0074a835dde (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.