SOURCES SOUGHT
66 -- Laser Scanning Confocal Microscope
- Notice Date
- 5/8/2020 12:46:18 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
- NIMH20003895
- Response Due
- 5/19/2020 2:00:00 PM
- Archive Date
- 06/03/2020
- Point of Contact
- Michael Horn
- E-Mail Address
-
michael.horn@nih.gov
(michael.horn@nih.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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:� Imaging brain sections using confocal microscopy is an essential step for experiments that are being carried out by basic science investigators within the NIMH intramural program. The Systems Neuroscience Imaging Resource (SNIR) supports this by managing shared equipment used by multiple investigators. The SNIR requires a new microscope because current instruments are heavily used and because the state of the art has improved significantly over that used in any of the microscopes the SNIR now manages. To continue their ground-breaking research, IRP investigators need to take advantage of some of the recent technological advances. The goal of this purchase is to acquire a new microscope that incorporates features that will provide state of the art imaging capabilities that are relevant to the research projects of NIMH IRP investigators. These include: i) rapid high-resolution imaging, ii) simultaneous imaging and discrimination of multiple fluorophores, iii) discrimination of fluorophores with overlapping or identical emission spectra, iv) imaging of fluorophores with excitation peaks that range from near 400nm to over 750nm and emission peaks that range from near 400nm to at least 800nm. Purpose and Objectives: The NIMH SNIR requires a new microscope system to provide state of the art confocal microscope imaging. Project requirements: Laser scanning confocal microscope. Purchase Description: Laser scanning confocal microscope system with a pulsed white light laser.� Capabilities must include rapid high-resolution x/y/z imaging, discrimination of multiple fluorophores with excitation maximum that cover at least 405 to 730 nm and the possibility to discriminate fluorophores with overlapping emission spectra based on fluorescence lifetime. Salient characteristics: Confocal microscope system with: 8 kHz tandem scanner 405 nm Laser Pulsed White Light Laser (WLL) with fully tunable 470-670 nm or greater range output and up to 8 laser lines simultaneously coupled to the scanner with an Acousto-Optical-Beam-Splitter (AOBS) Minimum of five Internal and independent Spectral Detector Channels, including a minimum of 3 HyDs (or equivalent) Filter free, prism-based spectral detectors, individually regulatable channels Detectors must be time-gated and synchronized with the pulsed WLL Continuously adjustable non-resonant scanner (1-1800 Hz) Transmitted Light Brightfield Detector XY Scanning Stage with optical feedback loop Image resolution of up to 64 Megapixels (8,192 X 8,192) Objectives including 5X, 10X/0.4, 20X/0.75, 40X/1.3 Oil Navigator software (large area overview scanning with both confocal and camera) for fast acquisition of large areas of sample to define regions of specific interest for higher magnification acquisition. Must include an automatic focus map generation to handle tissue irregularities and sample vessels that are not flat. Must be able to define irregular area tile scans with different z stack parameters for each area. Quantity: One Delivery Date: 60-120 days following the award of the contract. Period of Performance: All items fully warrantied for one year. Equipment is expected to be fully functional for greater than 5 years with minor service, as required. Maintenance service after one year may be purchased as an annual contract or on an as needed basis. Option(s): None Capability statement /information sought. �Respondents must provide clear and convincing documentation of their capability of providing the products specified in this notice including providing information regarding being an authorized provider of the services. 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. 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 an outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein.� 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.� Facsimile responses are NOT accepted. The response must be submitted to Michael Horn, at e-mail address michael.horn@nih.gov . The response must be received on or before May 19, 2020, 5:00 pm, 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
-
SAM.gov Permalink
(https://beta.sam.gov/opp/adcfe55aa7154d24a145bd60ddca42ec/view)
- Place of Performance
- Address: MD, USA
- Country: USA
- Record
- SN05652164-F 20200510/200508230152 (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 |