SOURCES SOUGHT
66 -- Multi-Purpose Tissue Clearing System for clearing rodent whole-brain samples using a stochastic electric field.
- Notice Date
- 7/19/2018
- 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
- NIHDA201800359
- Archive Date
- 8/14/2018
- Point of Contact
- Joshua T. Lazarus, Phone: 3014436677, Andrew Hotaling, Phone: 301-443-6677
- E-Mail Address
-
josh.lazarus@nih.gov, andrew.hotaling@nih.gov
(josh.lazarus@nih.gov, andrew.hotaling@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a SMALL BUSINESS SOURCES SOUGHT NOTICE. This is NOT a solicitation for proposals, proposal of abstracts or quotations. The purpose of this notice is obtain to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses (e.g., 8(a), Veteran-owned small businesses, service-disabled Veteran-owned small businesses, HUBZone small businesses, small disadvantaged businesses, and women-owned small businesses); and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your response 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 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 National Institute on Drug Abuse (NIDA) Histology Core serves the NIDA Intramural Research Program (IRP) researchers by providing access to existing and emerging neuroanatomical technologies. The NIDA Histology Core offers the following services: (1) histology services that are tailored to the needs of individual IRP researchers. Services include sectioning, immunostaining and counterstaining, whole-brain serial tomography, and imaging of cleared sample using light-sheet microscopy; and (2) training and access to different types of microscopes, 2 cryostats, one vibratome, and computers for image analysis. NIDA is expanding service for whole-brain clearing and immunohistochemistry and needs an automatize system for tissue clearing and immunostaining. Equipment for clearing and immunostaining samples are commercially available providing an option for expedite tissue processing and handling several samples simultaneously. By acquiring an automatize system, NIDA Histology Core will be able to offer a service to the IRP to aid their interests on studying intact circuits in whole-brains of mice and rodents. Samples prepared on the system will be imaged in NIDAs light-sheet microscope. Requirement: IRP requires a Multi-Purpose Tissue Clearing and Immunostaining System for clearing and immunostaining rodent whole-brain samples with the following requirements: 1. The system must utilize a using a stochastic electric field. Salient Characteristics: Prospective products must have the following characteristics: 1. The equipment should use a stochastic electric field for clearing whole-brain mouse or rat samples. 2. The equipment should use a stochastic electric field for the aid of antibody penetration 3. The equipment should be able to clear a single sample and batch process multiple whole-brain mouse or rat samples to remove fats while keeping protein on tissue for immunohistochemistry. 4. The equipment should come with sample holders and necessary buffers solution to be run for at least 3 months. 5. Full warranty to include twelve months full parts and labor. Additional Product Details: In addition to the Multi-Purpose Tissue Clearing and Immunostaining System capable sources must be able to provide the following product components: Component Descriptions: 1. Reagents: One Month Clearing Buffer Kit (up to 3 Buffer Sets (A,B) and 3 Membrane Pairs) - Qty = 4. 2. Reagents: Optical Clearing Solution (500mL), RI=1.46 - Qty = 1 3. Reagents: Optical Clearing Solution (100mL), RI=1.46 1 - Qty = 1 Anticipated Delivery Date: The equipment shall be delivered within 60 days after contractor receipt of order. Capability Statement / Information Sought: Respondents must provide clear and convincing documentation of their capability of providing the products 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) current in-house capability to deliver the products; (c) provide examples of prior completed projects for the delivery of the requested products; (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: All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer Identified below. The response must be received on or before July 30, 2018 at 4:00 p.m. EST. Facsimile responses are NOT accepted. 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 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) and DUNS number. 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/NIHDA201800359/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892-9559, United States
- Zip Code: 20892-9559
- Zip Code: 20892-9559
- Record
- SN04998315-W 20180721/180719230822-850734885910d3ffef5074f0d381bc7b (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 |