Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 16, 2023 SAM #7810
SOURCES SOUGHT

66 -- 3D MINFLUX Microscope with 3D STED

Notice Date
4/14/2023 1:26:24 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
75N95023Q00218
 
Response Due
4/24/2023 10:00:00 AM
 
Point of Contact
Robert Bailey, Phone: 3014517586, Josh Lazarus, Phone: 3014436677
 
E-Mail Address
rob.bailey@nih.gov, josh.lazarus@nih.gov
(rob.bailey@nih.gov, josh.lazarus@nih.gov)
 
Description
The National Institute of Neurological Disorders and Stroke (NINDS), Synaptic Transmission Section (STS) is seeking Capability Statements from Other Than Small Business organizations under the North American Industry Classification System (NAICS) code 334516, that are manufacturers of a �brand name or equal 3D Minimal photon fluxes (MINFLUX) microscope with 3D �stimulated emission depletion (STED) to be used in the performance of fluorescence protein-based experiments for 1) imaging the nanostructures at the cell membrane and 2) tracking the dynamics of a variety of proteins during vesicle exocytosis and endocytosis in the cells. These experiments need to resolve sub-10 nm range of proteins and membrane, which require �Super-Resolution Microscopy� with MINFLUX. 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: (1) the availability and capability of qualified business sources; and (2) 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. The established NAICS code is 334516, Analytical Laboratory Instrument Manufacturing. The U.S. Small Business Administration establishes a size standard for 334516 as 1,000 employees or less. BACKGROUND INFORMATION AND OBJECTIVE: The Synaptic Transmission Section combines physiological and cell biological approaches to understand the dynamics of cell membrane and a variety of proteins during vesicle exocytosis and endocytosis in living cells at nanometer scale, e.g. dense core vesicle docking, curvature generation and endocytosis. Their mission is first to characterize these processes with super-resolution imaging technique, and then determine the underlying regulating molecular mechanisms involved in neurodevelopmental and neurodegenerative disorders. REQUIREMENT: One brand name or equal 3D MINFLUX microscope with 3D STED NINDS requires one 3D MINFLUX microscope with 3D STED with the following properties and characteristics: Salient Characteristics: The following brand name or equal product features/characteristics are required for this requirement: MINFLUX technology with 3 nm localization precision, EOM-scanning localization via excitation minima using a doughnut-shaped excitation beam and nanometer-precision tracking at up to 100 kHz Inverted microscope body Scanning stage with travel range 125 x 75 mm, velocity up to 120 mm/s, resolution 0.1 �m Four-mirror Quad scanning with four galvo scanners and four galvo servo controllers with high pointing stability, with scan lens-free design for minimal wavefront distortions Optics package with full auto alignment of all beams and pinholes Deformable mirror unit for precise and fast z-positioning of all beams Active sample stabilization with nanometer precision in all three dimensions Ultra-fast (> 10 kHz) beam-scanning with = 32 TFT) High-power laser modules for 561 nm and 642 nm with > 1000 mW power and power stability = 80% at 560 nm, 6.5 x 6.5 ?m cell size) Laser modules for 485 nm, 561 nm, 642 nm, 405 nm Three detection channels with Single-photon counting APD with a superior sensitivity of up to 65% detection efficiency and low dark count (2750 mW @40 MHz STED Optics Package (for MINFLUX) � with full autoalignment Easy3D Upgrade for 775 nm STED REScue, DyMIN, and MINFIELD imaging modes (package of three) Fluorescence Excitation Laser Module 640 nm, 561 nm and 485 nm (pulsed) Optical Table 1800 x 1250 x 55 mm with actively leveled isolation frame and breadboard. Optical enclosure for background-free imaging On-site customer training Anticipated Delivery Date: The equipment shall be delivered within 10 weeks after contractor receipt of order. INSTRUCTIONS: Companies that believe they possess the capabilities to provide the required product should submit documentation of their ability to meet each of the requirements to the Contracting Officer. The capability statement must specifically address each of the requirements separately.� Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. The established NAICS code is 334516. Respondents must provide clear and convincing documentation of their capability of providing the products and support services specified in this notice. Also, information must be provided in sufficient details of the respondents� (a) staff expertise, including their availability, experience, formal and other training; (b) capability to perform the work; (c) prior completed projects of similar nature; (d) compliance with requirements: Vendors must identify and demonstrate specifically how they will meet the requirements listed above. Any other specific and relevant information about this particular area of procurement that would improve our consideration and evaluation of the information presented is desirable. Documentation may include, but not be limited to, contracts both Government and commercial the organization performed, references, i.e., names, titles, telephone numbers and any other information serving to document the organizations capability, e.g., awards, commendations, etc. The information submitted must be in an outline format that addresses each of the elements of the requirement and in the capability statement paragraphs stated herein.� A cover page and an executive summary may be included but is not required. Any business concerns that believe they possess the capability necessary to successfully undertake the work described above must SUBMIT CAPABILITY STATEMENTS ELECTRONICALLY to the Contract Specialist, Rob Bailey at Rob.Bailey@nih.gov, NO LATER THAN 1:00 p.m. EST on April 24, 2023. The Subject line for the submission should include this Sources Sought Number and organization name. NIDA will not accept paper or faxed capability statements. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS.� This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. 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 pre-solicitation synopsis and solicitation may be published on SAM.gov. 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://sam.gov/opp/54d75d092dc5437993e52cd73878384f/view)
 
Place of Performance
Address: Rockville, MD 20852, USA
Zip Code: 20852
Country: USA
 
Record
SN06651820-F 20230416/230414230113 (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.