SOURCES SOUGHT
66 -- LSM980 Scan Head and accessories
- Notice Date
- 5/19/2021 4:38:21 AM
- 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
- 75N95021Q00185
- Response Due
- 6/3/2021 5:00:00 AM
- Archive Date
- 06/18/2021
- Point of Contact
- Jeanette Russell, Phone: 3018275140
- E-Mail Address
-
jeanette.russell@nih.gov
(jeanette.russell@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:� This request is to procure a LSM 980 scan head and accessories. The National Institute on Aging (NIA), Translational Gerontology Branch (TGB) , Laboratory of Cardiovascular Science (LCS) currently has one (1), 2 photon confocal microscope connected to an upright microscope.� Inverted microscopes with a 2 photon system are not available in core facilities nor are any adapted for the study synaptic activity, intercellular communication of intact preparations dissected from brain, heart, skeletal muscles, and pancreatic glands. Purpose and Objectives: The Laboratory of Cardiovascular Science (LCS) discovered a new mechanism of cardiac impulse initiation that is based on the novel concept of �calcium clock�. The calcium clock is pivotal switch between normal and arrhythmic heart function. The amplitude and frequency of the calcium clock operation are defined by both calcium and sodium signals, because key molecules comprising the clock are regulated by both ions. In contrast to cellular signals, calcium signals have not been measured in cardiac pacemakers. The new method of imaging developed in NIA/ LCS will view these calcium signals and associated� networks deep within the tissue utilizing new imaging systems in this requirement. In addition to cardiac tissues, the imaging system will allow deep imaging of brain and pancreatic tissues in ongoing collaborations with the Translational Gerontology branch and the Laboratory of Clinical Immunology (LCI) in Alzheimer�s disease research. Project requirements: NIA requires the capability to upgrade the current scan head from a 2P to a LSM 980 and able to generate 3d images in 32 channels of intact tissues with high resolution. The scan head should also have a femtosecond laser with a spectrum range from 660 nm to1320 nm, a Quasar detector, a chameleon discovery system, and �fit the current LSM 980. Anticipated delivery date: Ninety (90) days after receipt of purchase order Capability statement /information sought. The intent of this sources sought notice is to define the procurement strategy (e.g. set-aside, sole source, unrestricted) for a solicitation that is intended to be posted soon. Interested contractors are requested to respond by (1) identifying how their proposed product meets or exceeds the project requirements listed above; and (2) providing product literature, white papers, or capability statements that demonstrate their bona fide ability to supply such an item within the time frame described above. � In addition, please state your business size status and whether you are the manufacturer or authorized distributor of the item you propose. Please note that NIA is particularly interested in small business sources. If you are a small business, please state the type of small business (small business; HUBZone; service-disabled, veteran-owned; 8(a); veteran-owned; woman-owned; or small disadvantaged businesses) and your 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. 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 requirements 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) pages.� 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.� Facsimile responses are NOT accepted. The response must be submitted to Jeanette Russell, Contract Specialist, at e-mail address Jeanette.Russell@nih.gov. The response must be received on or before Thursday, June 3, 2021 at 8:00 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/104ad468cf70438fbcb2cca6ab882894/view)
- Place of Performance
- Address: Baltimore, MD, USA
- Country: USA
- Country: USA
- Record
- SN06007628-F 20210521/210519230121 (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 |