Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 31, 2018 FBO #6033
SOURCES SOUGHT

66 -- Neuronal pathway studies using Correlative Light Electron Microscopy (CLEM) - Sources Sought - NIHDA201800202

Notice Date
5/29/2018
 
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, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
NIHDA201800202
 
Point of Contact
Ejinwaemeonu Ndidi Okeagu, Phone: 3014436677, Andrew Hotaling, Phone: 301-443-6677
 
E-Mail Address
ejinwaemeonu.okeagu@nih.gov, andrew.hotaling@nih.gov
(ejinwaemeonu.okeagu@nih.gov, andrew.hotaling@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Please see attachment for Salient Characteristics 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: The NIDA Electron Microscopy (EM) Core serves NIDA-IRP researchers by providing access to existing and emerging techniques for neuronal ultrastructural analysis. The NIDA EM Core offers the following services: (1) EM services that are tailored to the needs of individual IRP researchers. Services include sectioning, immunostaining and counterstaining, and EM imaging; and (2) training and access to an ultrathin microtome and a transmission electron microscope, and data interpretation. The EM Core needs to expand its initiative to perform correlative light and electron microscopy (CLEM). CLEM techniques are used to combine structural and functional information from biological samples. Purpose and Objectives: The EM Core needs the following to achieve this goal: (1) an inverted research stand for multimodal imaging of living and fixed specimens; (2) a modular confocal laser scanning microscope equipped with a 32-channel-area-detector and Cy7 laser; and (3) a single user interface imaging software that can (a) control the inverted microscope, confocal laser scanning microscope, and scanning electron microscope involved in CLEM; and (b) perform data analysis on- and off-line. In this design, the Core will be able to collect the fluorescent image and electron microscopic image for the exact same neurons and terminals. The modular system allows the Core to study characteristics in neurons from animal models for drug abuse and addiction. Project requirements: NIDA-IRP Inverted Microscope (with motorized focus drive and Z PIEZO stage) and Laser Scanning Microscope with 32-channel-area-detector and Cy7 Laser to perform Correlative Light and Electron Microscopy using software to control and correlative interface adaptor that can used across inverted microscope; laser scanning microscope and scanning electron microscope Anticipated period of performance and/or delivery date: Period of Performance: The complete system (including electronics) has a 12-month warranty. Delivery Date: Eleven weeks after receipt of order. Salient Characteristics: See Attachment Capability statement /information sought: Respondents must provide clear and convincing documentation of their capability of providing the products specificed 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) current in-house capability to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and other management capability; and (e) examples of prior completed Government contracts, references, and other related information. 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. Finally, respondents are also encouraged to provide a general overview of the respondent's opinions about the difficulty and/or feasibility of the potential requirement, and any other information regarding innovative ideas or concepts that may be applicable. Submission Instructions: 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 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. 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 and Contracting Officer. Facsimile responses are NOT accepted. The response must be submitted to Ndidi Okeagu, Contract Specialist, NIH/NIDA at ejinwaemeonu.okeagu@nih.gov. The response must be received on or before June 13, 2018 at 5:00PM 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
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIHDA201800202/listing.html)
 
Place of Performance
Address: NIDA Section, Contracts Management Branch Blue, Office of Acquisition, NIDA, 6001 Executive Blvd., Room 4211 - MSC 9559, Bethesda, MD 20892-9559, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04936073-W 20180531/180529230644-ed4703300088338ff813cf71779e4137 (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 |
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.