SOURCES SOUGHT
66 -- Two-Photon Laser Scanning Microscope System
- Notice Date
- 2/19/2016
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SBSS-16-197
- Archive Date
- 3/11/2016
- Point of Contact
- Lauren M. Phelps, Phone: 3015942490
- E-Mail Address
-
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- FedBizOpps Draft Sources Sought Notice Two-Photon Laser Scanning Microscope System HHS-NIH-NIDA-SSSA-SBSS-16-197 Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, MD 20892, UNITED STATES. Introduction: This is a Sources Sought Notice/Request for Information for Market Research purposes. 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 large and 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. Background: The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), conducting research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. The NINDS Synaptic Physiology Section explores the dynamics and modulation of transmitter release, diffusion and receptor activation at excitatory and inhibitory synapses in the mammalian central nervous system (CNS). Investigators study the biophysics of synaptic transmission and mechanism by which neurons integrate synaptic information. In many retinal neurons, key information processing occurs in processes that are distant from the cell body, such that cannot be detected by a somatic electrode. The study of such neurons benefits particularly from recent optical techniques that employ florescent sensors to measure changes in the membrane potential or calcium in remote areas in the cell. Providing investigators access to a state-of-the-art photon laser scanning microscope system is crucial to the mission of the NINDS and the Synaptic Physiology Section. Purpose and Objectives for the Procurement: The purpose of this requirement is to acquire one (1) two-photon laser scanning microscope system to examine the mechanisms of synaptic integration and dendritic information in amacrine and ganglion cells in the mouse retina. Project Requirements: The NINDS Synaptic Physiology Section requires one (1) two-photon laser scanning microscope system that meets the following requirements: A.The system must employ resonant scanning (8kHz) in the X axis with galvanometer-based scanning in the Y axis. Alignment tools must be included. B.The system must include two GaAsp photomultiplier tubes for sensitive, two-channel fluorescence detection. Appropriate filters must be included to enable simultaneous detection of red and green fluorescence. C.The system must have a minimum of 20X/1.0 NA objective, with a minimum 2.0 mm working distance. D.The system must have an X-Y scanning stage, motorized objective positioning and a condenser for transmitted light imaging. Either Dodt or DIC optics should be included for transmitted infrared contrast imaging. E.The system must include a CCD camera for transmitted light imaging. F.The system must include a Pockel cell, driver and mount for rapid laser attenuation. G.The system must allow for user installed patterned (spatial) visual light stimulation, through either the objective or condenser. H.The system must have a PC work station, peripherals and software compatible with resonant scanning that is able to control scanning and image acquisition. Warranty Requirements: The Contractor shall provide a two (2) year warranty on all equipment, parts and repairs. The two (2) year warranty shall include preventative maintenance and support services by a company certified service technician. All products shall be warranted to be free from material defects in workmanship or material under normal use and service for the warranty period. Delivery, Installation, and Training: The anticipated contract period of performance is sixteen (16) weeks from date of award. The contractor shall deliver and install the required equipment within twelve (12) weeks after receipt of order. Delivery must be FOB Destination and must include inside installation. The equipment shall be delivered and installed between the hours of 8:00am and 5:00pm, Bethesda, MD local prevailing time, Monday through Friday. On-site training must take place at the customer site within two (2) weeks of equipment installation by. Training shall take place between the hours of 8:00am and 5:00pm, Bethesda, MD local prevailing time, Monday through Friday. The contractor shall provide a company certified service technician to perform setup, installation, and training. Anticipated Contract Type: A firm fixed price contract is anticipated. Invoicing is anticipated to be made on a NET30 basis and payment via Electronic Funds Transfer (EFT) is contemplated. Anticipated Period of Performance: The anticipated contract period of performance is sixteen (16) weeks from date of award, inclusive of delivery, installation, and training. Capability Statement: Contractors that believe they possess the ability to provide the required commercial two photon microscope equipment should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The capability statement should include 1) the total number of contractor employees, 2) documentation of ability to provide the required system, 3) any contractor GSA Schedule contract(s) by which all of the requirements may be met, and 4) any other information considered relevant to this potential requirement. Contractors must also provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable North American Industry Classification System 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. All capability statements sent in response to this Sources Sought Notice must be submitted electronically to Lauren Phelps, Contract Specialist (Lauren.Phelps@nih.gov) before the closing date and time of this announcement. All responses must be received by the specified due date and time in order to be considered. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your 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 review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government anticipates negotiation of a contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-16-197/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04025893-W 20160221/160219235119-8b819efc5c18ac55f41d235b1fc55905 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |