Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2021 SAM #7106
SOURCES SOUGHT

66 -- Advance Confocal and Super-resolution system

Notice Date
5/14/2021 12:31:03 PM
 
Notice Type
Sources Sought
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-75N95021Q00189
 
Response Due
6/1/2021 7:00:00 AM
 
Archive Date
06/16/2021
 
Point of Contact
Karen Mahon
 
E-Mail Address
Karen.Mahon@nih.gov
(Karen.Mahon@nih.gov)
 
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 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 Confocal Imaging Facility (CIF) of the National Institute on Aging IRP has a 12-year-old confocal that needs to be replaced. The state of the art LSM 980 confocal plus Airyscan 2 will add imaging capabilities essential to the mission of the NIA IRP. In addition, the LSM 980 software and hardware will be compatible with existing equipment ant the NIA IRP such as the LSM 880, the LSM 900 cryo confocal and the the XB550 Electron Microscope, a FIB-SEM system. This will enable the study of a broad range of experimental projects essential to the core mission of the NIA. Purpose and Objectives: Purchase of Zeiss LSM 980 with Airyscan2 is essential for replacing an old confocal and adding capabilities compatible with existing equipment at the CIF and NIA IRP. Salient Characteristics: The LSM 980 confocal with Airyscan 2 includes the following salient characteristics: A. The 32+2-Channel Quasar Detection Unit consists of a calibrated 32 channel multi-element GaAsP detector including micro lenses in front of the individual detector-elements for improved light efficiency. The 32-element array GaAsP detector has almost no gaps, due to micro lenses in front of the array which provide an excellent fill factor. B. The Quasar detection unit has superb dynamic range and signal-to-noise (SNR) ratio with typical QE >45% (peak) and two flanking single multi-alkali PMT detectors. C. The 32 channel multi-element GaAsP detector, exclusively for Carl Zeiss Microscopy GmbH, shows very low dark noise and allows for spectral binning of individual channels without sacrificing signal/noise ratio. D. The TwinGate main beam splitter arrangement suppresses laser light optimally, The 10? TwinGate main beam splitter arrangement in combination with the Quasar detection unit leads to superb laser suppression (OD typically >7). E. The highly efficient holographic grating leads to an even spectral dispersion over the entire visual spectral range (380-750 nm). The highly efficient holographic grating leads to an even spectral dispersion over the entire visual spectral range (380-750 nm).� Grating utilizes a �spectral recycling loop� to recover non-separated light, redirecting it onto the holographic grating for optimum sensitivity. This results in fast, parallel acquisition of the entire spectral range as a lambda stack (380 � 750 nm) in one single scan (up to 5 frames per second at 512 x 512) covered by the 32+2-Channel Quasar F. Software integrated linear modulation of laser power from 0.001 to 100% for all laser lines between 458 and 633nm is supported and can be critical to reach the low light level imaging powers that are required for sensitive experiments. G. Reproducible high-resolution spectral data acquisition with 2.9 nm or 4.3 nm steps is possible through sequential spectral scanning. H. Online fingerprinting is possible for on the fly unmixing of overlapping fluorophores. The Airyscan 2 super-resolution detection unit is part of the LSM 980 system and has the following essential features: A. Lateral resolution of 120 nm (XY) and axial resolution of 350 nm; scan rate of 25 fps in multiplex mode and up to 48 fps at 512x 512 with linear scanners with duty cycle of 85%. B. The Airyscan 2 is also a detector for LSM 980 systems, comprising of 32-Channel GaAsP area detector, Zoom optic to adapt illumination for different objective lenses and acquisition modes and a micro-lens array that provides a light fill-factor of > 95%. C. The SNR is enhanced 4-to-8-fold compared to confocal and is preserved for high speed acquisition in Multiplex mode. D. The Airyscan 2 is usable with all objectives, all samples, all available fluorophores. With excitation lines from 405, 458, 488, 514, 561, 639 and a unique 2P-Multiphoton option. E. Confocal mode uses Airyscan 2 as a GaAsP PMT detection channel in addition to the Quasar detector. F. Airyscan 2 is compatible with Zen connect- correlating data with existing Zeiss platforms at the NIA:� LSM 900 CRYO, EM, FIB-SEM , LSM 880. Capability statement /information sought. Respondents must provide, as part of their responses, a capability statement that addresses how their product can meet the salient characteristics outlined above. 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 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 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 Karen Mahon at e-mail address Karen.Mahon@nih.gov. The response must be received on or before June 1, 2021 at 10:00 am 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
SAM.gov Permalink
(https://beta.sam.gov/opp/b9ef1641b7984d60bc53a46f306efa7b/view)
 
Place of Performance
Address: Baltimore, MD, USA
Country: USA
 
Record
SN06002954-F 20210516/210514230120 (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.