Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2020 SAM #6735
SOURCES SOUGHT

66 -- Airyscan� Detection Feature

Notice Date
5/6/2020 2:38:56 PM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SB-SS-20-006683
 
Response Due
5/13/2020 9:00:00 AM
 
Archive Date
09/30/2020
 
Point of Contact
Debra C. Hawkins, Phone: 3018277751
 
E-Mail Address
Debra.Hawkins@nih.gov
(Debra.Hawkins@nih.gov)
 
Description
Description: 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. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. 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 because 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 / Purpose / Objective:� The National Institute on Aging (NIA), Laboratory of Cardiovascular Science (LSC) have only one upright confocal microscope within NIA facilities. Inverted microscopes available in core facilities are not adapted for the study of large and thick slices of tissue like whole mount heart preparations or parts of the brain. This will be the only upright confocal microscope LSM800 in NIA� that will be upgraded with Airyscan�. The LSM 800 upgraded with Airyscan� unit together with objectives that have long working distance will permit to scan up to several mm of intact tissue in physiological solutions or whole-mount heart and brain preparations embedded in any other type of media.� The current LCS LSM 800 confocal system is unique as the only upright confocal instrument available to NIA researchers. This upright set of objectives of the LSM 800 confocal enables live imaging of cells and tissue in physiological buffers and perfusion systems. �The addition of the Airyscan upgrade with higher resolution would allow cutting edge confocal images of brain, heart, spleen and thymus sections. The intent of this action is to purchase an Airyscan�, Detection Feature Upgrade to the Existing Government-owned LSM 800 Confocal Laser Scanning Microscope manufactured by Carl Zeiss Microscopy, LLC, 1 North Broadway, White Plains, New York 10601 includes: (1) Product Description: ZEN Module Airyscan. Product ID: �410136-1064-200. Quantity: 1 Each; (2) Product Description: C-Apochromat 40x/1,2 W Korr. FCS. Product ID: 421767-9971-711. Quantity: 1 Each; (3) Product Description: LSM 800 Additional Detector Airyscan 40x.� Product ID: 400102-9400-000.� Quantity: 1 Each; (4) Product Description: Workstation Premium ZEISS 60 A (hp Z6). Microscopy Workstation Premium Intel Xeon multilingual (O) - HP Z6 G4 Workstation. Chipset: Intel C622 - Memory: max. 192 GB RAM - Memory Expansion Slots: 6 x DDR4, RDIMM, ECC, 2666 MHz Module - PCI Express Connectors: 2 x PCI Express Generation 3 x16 1 x PCI Express Generation 3 x8 3 x PCI Express Generation 3 x4 - SSD: 1 x 512 GB M.2 NVMe - Hard Drives: 2 x 4 TB SATA 7200 rpm (configured as 4 TB RAID 1 hard drive) - Optical Storage: DVD +/- RW recorder for rewriteable media - Drive Bays: 4 - I/O Controller: SATA 6.0 GB/s controller integrated with 6 ports - Network Controller: Dual integrated GbE LAN interface - I/O: 10 x USB 3.0 type A (4 x front, 6 x rear), PS/2 for keyboard and mouse - Certifications & Declarations: CE, CSA, UL, FCC, CCC, KCC - Power Supply: 100 - 127 V / 200 - 240 V / 50 - 60 Hz / 1000 W with country specific plug - Chassis Dimensions: (H x W x D): 445 x 169 x 465 mm - Rescue kit. Product ID:� 410203-9911-000. Quantity: 1 Each; (5) Product Description: System configuration 5 image /OS ELYRA7. System configuration 5 image and OS for HP Z6 with ELYRA 7(O). Installation of Windows 10 IoT Enterprise 2016 LTSB Embedded x64. Highend Master Image incl. Windows 10 license, ZEN blue & ZEN black (ELYRA 7) System configuration 5 (hp Z6 ELYRA 7). Product ID: 000000-2307-671. Quantity: 1 Each; (6) Product Description: Language pack English US. Language Pack English US. (O) - Keyboard with English (US) layout. Product ID: 410380-0200-000. Quantity: 1 Each; (7) Product Description: �Real Time Controller Imaging Systems. Product ID:� 400100-8630-000. Quantity: 1 Each; (8) Product Description: �Processor Intel Xeon Gold 5122 (hp Z6). Processor Intel Xeon Gold 5122 (hp Z6). (O) Default processor configuration - Intel Xeon Gold 5122 (3.6 GHz, 16.5 MB cache, 4 cores). Product ID: 410330-0400-000. Quantity: 1 Each; (9) Product Description: �Graphic Card NVIDIA Quadro P400 2GB.� Graphic Card NVIDIA Quadro P400 2GB mDP. (O) Professional graphic card for Workstation Premium. - 2 GB GDDR5 memory. - PCI Express 3.0 Interface x16 - Hardware acceleration of DirectX 12, OpenGL 4.5 and CUDA - Support for up to three displays. - Display outputs: 3 x DisplayPort 1.4 (mDP) - DisplayPort support for 3 x 32"" Display (3840 x 2160 Pixel).� Product ID: 410331-1700-000. Quantity: 1 Each; (10) Product Description: Memory 16 GB (1x16) DDR4-2666 (hp Z2). Product ID: 410201-1604-000. Quantity: 3 Each; (11) Product Description: Memory 32 GB (1x32) DDR4-2666 (hp Z6).� Memory 32 GB (1x32) DDR4-2666 MHz ECC registered RAM (O) consisting of aus 1 x 32 GB modules - only for 410203-9911-000 Workstation Premium ZEISS 60 A (hp Z6) - can be extended to 64 GB (2 x 410303-3204-000), 128 GB (4 x 410303- 3204-000) or 192 GB (6 x 410303-3204-000). Product ID: 410303-3204-000. Quantity: 2 Each; (12) Product Description: Network adapter 2x10 GbE RJ45 (hp Z6). Network Adapter 2x10 GbE RJ45 (hp Z6) (O) Additional network adapter 2x10 GbE RJ45 (hp Z6) e.g. for connection of storage systems. Product ID: 410358-0503-000. Quantity: 1 Each; (13) Product Description: Installation of Airyscan. Product ID: 000000-1370-927. Quantity: 1 Each; and (14) Product Description: �Upgr ZEN 2.6 to ZEN 3.0 sys (3Dxl) US.� Upgrade ZEN 2.6 system to ZEN 3.0 system US incl. 3Dxl Module Upgrade of an existing ZEN 2.6 system software (without ZEN module 3Dxl) to ZEN 3.0 system (including ZEN module 3Dxl). Consisting of: - ZEN 3.0 system basic license - Modules as in current ZEN 2.6 system installation - ZEN module 3Dxl additionally. Product ID: 410138-9103-300. Quantity: 1 Each. The salient characteristics of the Airyscan� Detection Feature Upgrade are: (1) Airyscan 2 is an area detector with 32 concentrically arranged detection elements. This allows you to acquire more of the Airy disk at once. The confocal pinhole itself remains open and does not block light, thus more photons are collected. This produces much greater light efficiency while imaging. Airyscan 2 has a unique combination of gentle super resolution imaging and high sensitivity; (2) LSM 800 has high speed and sensitive CMOS camera to perform on one scope, high speed 2D recordings up to 1000 frames per second and to analyze region of interest in the live tissue/cells with confocal or Airyscan 2 resolution; and (3) Perfusion system of LSM 800 together with long working distance allows recordings from alive tissue or from areas inaccessible in conventional confocal microscopy deep within the tissue.� The Airyscan 2 is a unique detector made by Zeiss which enhances the resolution of emitted light up to twofold in any objective used, compared to confocal or widefield resolution. Thus, objects that are up to 120 nm apart can be resolved, compared to a maximum of about 250 nm (XY) in a regular confocal. The minimum accepted standard would be approximately a 1.7 fold increase in resolution using Zeiss software and hardware. Anticipated period of performance / delivery date:� The Government�s anticipated delivery period is sixty (60) to ninety (90) days after receipt of order. ��� Other important considerations: The response may cite any other information that is necessary for potential respondents to understand the nature of the potential requirement or proposed acquisition. Capability statement /information sought.� The respondents must submit clear and convincing evidence that their product is equivalent or superior to the brand-name product specified in this notice.� The response shall include: the unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered to determine the method of acquisition.� The information must address each of the minimum specifications and the equivalent elements of the brand-name parts stated herein.� The response must also indicate the country of manufacturer. The response must also include 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. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. The response must be clear and concise 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, with single or double spacing, and limited to ten (10) pages (exclusive of the cover page, executive summary, or references, if requested). All responses to this notice must be submitted electronically to Debra C. Hawkins Contractor, Acquisition Policy Analyst II, at debra.hawkins@nih.gov on or before May 13, 12:00 PM.� Facsimile responses are NOT accepted. 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 provide the product or perform the services specified herein. 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
SAM.gov Permalink
(https://beta.sam.gov/opp/43be1229087a465499e68dc3e7b35929/view)
 
Place of Performance
Address: Baltimore, MD 21224, USA
Zip Code: 21224
Country: USA
 
Record
SN05649268-F 20200508/200506230211 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.