Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 12, 2023 SAM #7928
SOURCES SOUGHT

66 -- Inscopix nVue 2.0 system or Equal In-vivo Mini-endoscopic Imaging System with Trade-In

Notice Date
8/10/2023 9:00:40 AM
 
Notice Type
Sources Sought
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95023Q00428
 
Response Due
8/14/2023 9:00:00 AM
 
Archive Date
08/29/2023
 
Point of Contact
Rieka Plugge
 
E-Mail Address
rieka.plugge@nih.gov
(rieka.plugge@nih.gov)
 
Description
SMALL BUSINESS SOURCES SOUGHT NOTICE #75N95023Q00428 Title: Inscopix nVue 2.0 system or Equal In-vivo Mini-endoscopic Imaging System with Trade-In 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 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. 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). Background: The NINDS, which is an Institute at the National Institutes of Health (NIH), mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease for all people. The main goals of the Circuits, Synapses, and Molecular Signaling Section laboratory are to investigate the neural mechanisms and circuits underlying neuropsychiatric and neurodegenerative disorders. Accordingly, in-vivo imaging experiments are an integral part of this goal. The purchase of an imaging system with dual color will allow the laboratory to simultaneously examine the activity of multiple different cell populations in conjunction with behavioral testing. Purpose and Objectives: The purpose of this requirement is to procure a quantity of one (1) Inscopix nVue 2.0 system or equal in-vivo mini-endoscopic imaging system for the laboratory of Circuits, Synapses, and Molecular Signaling Section within the National Institute of Neurological Disorders and Stroke (NINDS). An in-vivo mini-endoscopic imaging system capable of imaging in dual colors is needed for NINDS principal investigators (PIs) and scientific staff to label distinct cell populations and visualize/quantify activity of distinct cell-types for its ongoing intramural research studies.� Project requirements: The significant, essential physical, functional, performance, or material element(s) that are the Government�s minimum acceptable standards for an equivalent Inscopix nVue 2.0 system or equal in-vivo mini-endoscopic imaging system manufactured by Inscopix, Inc., to meet the government�s objective are as follows: The in-vivo mini-endoscopic imaging system shall: have dual color have a single-cell resolution be capable of longitudinal, long-term imaging have in-vivo capabilities that is compatabile with behavioral testing have the ability to image deep brain structures be compatible with GRIN lens and baseplates have a data acquisition and processing software Other considerations: For the brand-name, purchase of the nVue system includes a one-year subscription to Inscopix-Care. This warranty system includes free repairs and/or replacements on any hardware or parts, regardless of cause of damage. This also incudes overnight shipping of any required parts. Purchase also includes on-site training by an Inscopix Field Scientific Consultant, followed by continued and on-going scientific consultation on data acquisition and processing. The quoter must take into consideration the following trade-in equipment when providing a quote in order to offer a discount to the purchase price of the new property in exchange for the old, similar property: Anticipated period of performance or delivery: Delivery shall be 60 days after receipt of order (ARO) Other important considerations: 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 are small business set-aside concerns that believe they possess the capabilities to provide the required products or services 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. 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. 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 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. 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. 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 Rieka Plugge, at e-mail address rieka.plugge@nih.gov. The response must be received on or before August 14, 2023, 12:00 P.M., Eastern Standard 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 www.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/aa7988af6a744a14aa8cfa84023b8a00/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06786346-F 20230812/230810230100 (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.