Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2023 SAM #7897
SOURCES SOUGHT

66 -- FRAP (Fluorescence recovery after photobleaching) Ablation Unit

Notice Date
7/10/2023 2:42:58 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
75N95023Q00479
 
Response Due
7/14/2023 12:00:00 PM
 
Archive Date
07/29/2023
 
Point of Contact
Alexander Beraud, Phone: 3014436677, Josh Lazarus, Phone: 3018276923
 
E-Mail Address
alexander.beraud@nih.gov, josh.lazarus@nih.gov
(alexander.beraud@nih.gov, josh.lazarus@nih.gov)
 
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 qualified business sources; whether they are small businesses or other than small businesses. For equipment/supply requirements, responses must include the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule). Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. 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. 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 to perform a potential requirement. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement, to determine the method of acquisition, and availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality.� 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. Small businesses are encouraged to respond. Purpose and Objectives: A FRAP/Ablation unit is required by the NINDS Cell Biology ad Biophysics Unit (CBBU) for coupling to a super resolution spinning disk confocal microscope. This equipment will be used for point bleaching experiments (FRAP) and for ablation of cellular structures and imaging of their repair. Precise control of the size and area of the bleaching and ablation spots is necessary as is simple integration in to an existing super resolution spinning disk confocal microscope. The addition of this upgrade will enable the CBBU to expand our studies on the in vivo localization and behavior of tubulin post translational modifications and microtubule associated proteins in neurons, and their role in injury repair. Generic Product Name: UV and Visible Photostimulation Unit Project requirements: A Capable Offeror must demonstrate its ability to provide the following brand name or equal items to the Government: Quantity Description � Brand name or Equal MEV51030 - TI2-F-FLT-E MOTORIZED EPI FLUOR TURRET (1) MXA22146 - S-TI2-DCS DAISY CABLE SHORT (1) 77086008 - PHOTOSIM SCAN W/355NM Q-SWTCH DPS 40UJ (1) MQS41970 - NIS-ELEMENTS MODULE: XY GALVO (1) 97337 - C-TIRF 405 REFLECT 320 & 720 TRANSMIT (1) 97323 - C-TIRF ULTRA HI S/N 561NM TIRF SET (1) A Capable Offerors must demonstrate its ability to provide a system with the following brand name or equal Salient Characteristics: Epi Fluorescence Turret must be compatible with Nikon Ti-2 microscope and come with a Ti-2-DCS Daisy cable PhotoStim scanner must contian a 355nm pulsed Q-switched DPSS laser Laser Pulse energy must be� >= 40 �J @ 1kHz rep rate Peak power must be greater than 30kW @ 1kHz rep rate Pulse Repetition Rate must be <=� 1kHz Pulse width must be less than or equal to 1.4 ns Pulse energy drive over 6 hours less than 5% Pulse to Pulse energy stability < 2% @ 1kHz C-TIRF 405 Reflection 320 and 720 transmit cube must be compatible with a Nikon Ti-2 microscope C-TIRF Ultra High S/N 561 nm TIRF set must be compatible with a Nikon Ti-2 microscope System must come with a NIS-Elements Module for controlling an XY-Galvo Other important considerations: This requirement may include the use of options to extend the period of performance in order to provide ongoing maintenance, warranty, and customer services support. At a minimum, Contract shall provide a one (1) year warranty on FRAP Ablatoin System In case domestic sources are available and capable of fulfilling the Government�s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR 25. Capability statement /information sought. Companies that believe they possess the capabilities to provide the required products should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project 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. For equipment/supply requirements, responses must include the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule). 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 information submitted must be in and 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. PLEASE SEE ATTACHED SOURCES SOUGHT NOTICE FOR ALL RELEVANT DETAILS.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c7c2dbad2c0f4614956767c247a607e5/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06742802-F 20230712/230710230052 (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.