SOURCES SOUGHT
66 -- Inverted Research Microscope
- Notice Date
- 6/24/2020 8:04:33 AM
- Notice Type
- Sources Sought
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- NIMH-SBSS-20-004431
- Response Due
- 7/1/2020 8:00:00 AM
- Archive Date
- 07/02/2020
- Point of Contact
- Kim Stapleton, Valerie Whipple
- E-Mail Address
-
kim.stapleton@nih.gov, Valerie.whipple@nih.gov
(kim.stapleton@nih.gov, Valerie.whipple@nih.gov)
- 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. The information requested will assist the Government in determining the appropriate acquisition method including small business socioeconomic set aside possibilities and to determine the availability of qualified Small Business companies technically capable of meeting the Government's potential requirement. All Small Business companies with the capability and availability to perform the requirement under the applicable NAICS code is invited to submit a response to this notice. Background: The National Institutes of Health (NIH), National Institute of Mental Health (NIMH), Laboratory of Neuropsychology (LN) and Laboratory of Brain and Cognition (LBC) investigators perform experiments in which they need to collect light microscope images of sectioned brain tissue. This is from the brains from monkeys such as marmosets and macaques. The material is cut into sections that may be 20-40 microns thick and mounted onto slides. It may be necessary to image them in either brightfield, darkfield, or fluorescence. Depending on details of the experimental information required, it may be appropriate to image at relatively low magnification (2.5-5X), medium (10-20X), or high (40X) magnification, or to initially image at low magnification and subsequently image selected regions of interest at higher magnification. It may be appropriate to collect images from a single focal plane or to collect images from multiple focal planes at each position. The goal of this acquisition is to purchase an instrument that meets these needs in a technically excellent manner and with a user-friendly interface. Purchase Description: �Research microscope system with the following capabilities: Capacity for scanning 1x3 and 2x3 inch slides in X, Y and Z. Objectives with 2X, 4X, 10X, 20X and 40X magnification or similar. LED brightfield and fluorescent illuminator capable of efficient excitation of dyes ranging in excitation maximum from approximately 405-700 nm Configured for imaging DAPI, Alexa 405, Alexa 488, Alexa 555, Alexa 594, Alexa 647, Cy7. Separate control of excitation and emission filters to provide for imaging long Stokes shift and novel fluorophores. Must work on 110V mains input. Software that provides stitching, option of saving Z-stacks or projections. 25 mm field of view to camera ports Four light paths � � Salient characteristics:�� Accommodates glass slides that are 1 x 3 inches and 2 x 3 inches glass slides Provides brightfield, phase contrast, dark field, and fluorescence illumination. Accommodates objectives from 2X to at least 40X, holding at least 6 at one time. 2x Plan Apo lambda 0.1 NA/WD 8.5mm, 4x Plan Apo lambda 0.2 NA/WD 20 mm, 10x Plan Apo lambda 0.45 NA/WD 4 mm, 20x Plan Apo lambda 0.75 NA/WD 1 mm, 40x Plan Apo Lambda 0.95 NA/WD 0.17-0.25 Software provides automatic sample identification, focus mapping, and stitching. LED illuminator with at least 6 peaks at approximately 385, 430, 475, 545, 650, 735 nm. Able to image and discriminate DAPI, Alexa 488, Alexa 594, Cy5, Cy 7, adaptable to image and discriminate other fluorophores Color camera with software switching between monochrome and color cameras. 25 mm field of view to camera ports Four light paths � 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. Capability Statement: Interested parties are expected to review this notice to familiarize itself with the requirements of this product or service. Failure to do so will be at your firm's own risk. Respondents must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) best estimated delivery date after receipt of order; (d) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in this announcement. Respondents that believe that they are authorized resellers of the equipment described in this announcement may provide, in addition to the aforementioned information, as part of their response: quantity; estimated price or cost; shipping, handling, and/or installation charges. 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 11point or 12point font, 8-1/2"" x 11"" paper size, with 1"" top, bottom, left and right margins, and with single or double spacing. 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 information submitted must be in an outline format that addresses each of the elements of the product requirement. A cover page and an executive summary may be included but is not required. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and email addresses. Respondents must reference announcement number NIMH-SBSS-20-004431 on all correspondence related to this Small Business Sources Sought notice. The response must be submitted to kim.stapleton@nih.gov and valerie.whipple@nih.gov and be received prior to the closing date specified in this announcement. Concluding Statements: 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 nonproprietary technical information in any resultant solicitation(s).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8b5a629da41a46d69363497e3a68920c/view)
- Record
- SN05701992-F 20200626/200624230153 (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 |