SOURCES SOUGHT
66 -- Laser Scanning Research Microscope
- Notice Date
- 4/12/2017
- 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-SBSS-17-312
- Archive Date
- 5/4/2017
- Point of Contact
- Lauren M. Phelps, Phone: 3014802453
- E-Mail Address
-
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE 1.Solicitation Number: HHS-NIH-NIDA-SSSA- SBSS-17-312 2.Title: Laser Scanning Research Microscope 3.Classification Code: 66 4.NAICS Code: 334516 5.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 both large and small 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 Cell Biology Section at the National Institute of Neurological Disorders and Stroke (NINDS) conducts research into the causes, treatment, and prevention of neurological disorders. The Section seeks fundamental knowledge about the brain and nervous system on a molecular level and to use that knowledge to reduce the burden of neurological disease. A major part of the research activities within the Cell Biology Section critically depends on confocal imaging microscopy, especially emerging super-resolution techniques. Purpose and Objectives: The purpose of this acquisition is to procure one (1) laser scanning microscope for the National Institute of Neurological Disorders and Stroke (NINDS) Cell Biology Section. Project requirements: The NINDS Cell Biology Section requires one (1) laser scanning microscope on a fully motorized inverted platform with florescent and transmitted light that meets the following specifications: •System must have a super resolution microscopy 32 optical detection elements arrangement in a micro lens assisted by a light efficient honey comb structure that uses Peltier cooled GaAsP technology. •System must include a transmitted light detector. •System must have a 34 channel GaAsP detection system for conventional confocal microscopy. •System must be equipped with beam shaping optics that provide four (4) times the speed of standard microscope detection with a minimum of 7 frames per second. •System must operate with varying wavelengths of light from 405 nanometers (nM) to 1300 nanometers (nM) optionally with non-linear optics. •System must have 458nM, 488 nM, 514 nM 405 nM, 561 nM and 633 nM laser lines. •System must have an automatic component recognition for objective lenses and fluorescent filter sets. •System must have an XY scanning stage and Piezo Z with a minimum of 500 microns (uM) with Z working distance. •System must have super resolution microscopy highly corrective 63x-1.4 oil and 40x-1.2 water (w) objective lenses. •System must have automated focus stabilization and a floating air table with a bread board top with minimum dimensions of 48 wide x 36 deep. •System must be compatible with an existing Zen operating software license. •System must have streaming and analysis computer for simultaneous image storage and processing to acquire new data and results. •System must be compatible with existing Carl Zeiss Axio Observer Pecon Incubation Modules (Incubator XL multi S1, Slide-in, Temp module S1, Heating Unit XLS2, CO2 Module S1, CO2 Cover PM S1, Heating Insert P S1). •System must be upgradable to allow for multiphoton microscopy, fluorescent correlation spectroscopy and fluorescent lifetime imaging microscopy. Anticipated period of performance: The Contractor shall deliver and install the required equipment within twelve (12) weeks after receipt of order. Delivery must be FOB Destination and must include inside installation. The equipment shall be delivered and installed between the hours of 8:00am and 5:00pm, Bethesda, MD local prevailing time, Monday through Friday. Capability statement /information sought. Contractors that believe they possess the ability to provide the required equipment should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. Responses shall include a capabilities statement and the following information: •(a) prior completed projects of similar nature; and (b) examples of prior completed Government contracts, references, and other related information; •respondents' opinions about the difficulty and/or feasibility of the potential requirement or proposed acquisition, possible solutions and approaches that may currently exist in the marketplace, and information regarding innovative ideas or concepts; 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 an 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 six (6) page limit. The 6-page limit does not include the cover page. 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 Ms. Lauren Phelps at e-mail address lauren.phelps@nih.gov. The response must be received on or before the closing date and time of this announcement. 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-SBSS-17-312/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 21224, United States
- Zip Code: 21224
- Zip Code: 21224
- Record
- SN04469834-W 20170414/170412234627-674a5757cdaf82489bda1896b6d0d304 (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 |