SOURCES SOUGHT
66 -- Zeiss Confocal Microscope LSM900 and Accessories
- Notice Date
- 5/23/2022 7:51:59 PM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIA ROCKVILLE MD 20852 USA
- ZIP Code
- 20852
- Solicitation Number
- HHS-NIH-NIDA-SS-75N95022Q00237
- Response Due
- 6/6/2022 1:00:00 PM
- Point of Contact
- ERIC MCKAY, Phone: 3014802406
- E-Mail Address
-
eric.mckay@nih.gov
(eric.mckay@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; (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition; and (4) availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality. For equipment/supply requirements, small business responses must include: (1) the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture), as well as (2) the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule). 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 Experimental Gerontology Section/Translational Gerontology Branch owns a 22 year old confocal (LSM 510) which cannot be serviced or repaired.� High resolution imaging is instrumental to many of the projects conducted in the Experimental Gerontology Section, Drug Design and Development Section and Longitudinal Study Section. Purpose and Objectives: In order to gain a better understanding of the molecular and anatomical changes occurring in aging and disease progression there is a need to acquire high resolution 3D images of tissues and live cells. Some of the planned experiments require time length frames and live cell imaging over several days that� cannot be performed under the time constrictions and heavy user booking of the shared equipment within the National Institute on Aging (NIA)� core. The new system� will allow long term live imaging, and functional assays such as Fluorescence Resonance Energy Transfer, or calcium dynamics. Furthermore, it must be compatible with Zen software and the TGB Zeiss LSM510 confocal microscope currently available at the NIA in order to ensure research continuity. The following equipment is required: Microscope LSM 900 KMAT adapter and detection module (493264-9880-010; 400102-9770-000;400102-9002-000) Laser module (405nm-640nm) (400102-9302-000) Axio� 7 stand� for LSM900 (409000-9101-000) Reflected amd fluorescent light (409000-9300-000) Transmitted light observer (409000-9230-000) Z drive (431018-0000-000) Micro LED (423053-9072-000) Mounting Kit (000000-1677-439) Scanning stage (409000-9420-000) Universal mounting frame (451353-0000-000) Stage attachment Piezo (432339-9000-000) Controller for Piezo (432339-9010-000) Piezo cable, universal insert and multi well insert (000000-1356-074; 432339-9030-000;432339-9040-000) Light source colibri (423052-9741-000) Filters sets 90 HE LED, 91 HE LED and reflector module (489090-9110-000; 489091-9110-000; 424931-0000-000) Transmission channel with mirror (000000-2393-625; 447229-0000-000) Objectives (42030-9901-000; 420650-9903-000; 420762-9800-799; 420782-9900-799;426940-0000-000; 426965-0000-000; 426957-0000-000) Camera Axiocam 705 mono and mount adapter� (426560-9060-000; 426114-0000-000) Airyscan detector LSM 900 with Zen modules (400102-9411-000; 410136-1064-200; 410136-1147-350) Imaging workstation with real time controller, graphic card, processor, memory, adapter and monitor �(410203-9912-000 ;000000-2360-145;410380-0200-000;400100-8630-000;410330-0600-000; 410331-2300-000;410303-3205-000;410358-0503-000;410350-3201-000) Zen software and accessories (410135-1003-350; 410136-1022-110; 410136-1025-110; 410136-1103-260; 410136-1136-340) Offline workstation� desk and Zen desk (410135-1051-350; 410203-9912-000; 000000-2360-145; 410380-0200-000; 410330-0600-000; 410331-2300-000; 410303-3205-000; 410358-0503-000; 410350-3201-000) Anti-Vibration Table (410843-2954-812) One year warranty (parts, labor, and travel) Anticipated delivery: 90 days after receipt of order Other important considerations: In case domestic sources are available and capable of fulfilling the Government�s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR Part 25. Capability statement /information sought. Small business concerns that believe they possess the capabilities to provide the required products should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately.� Additionally, the capability statement should include 1) the name and description of compatible equipment �2) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 3) any other information considered relevant to this program. Small businesses must also provide their Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. Interested small businesses are required to identify their type of business, applicable North American Industry Classification System (NAICS) 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 notice that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. The respondent must also provide their Unique Entity ID from SAM.gov, 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 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 Contracting Officer.� Facsimile responses are NOT accepted. The response must be submitted to Eric McKay, Contracting Officer, at e-mail address eric.mckay@nih.gov. The response must be received on or before June 6, 2022, at 4:00 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://sam.gov/opp/8ce0976ba5be464889687e4644874508/view)
- Place of Performance
- Address: Baltimore, MD 21224, USA
- Zip Code: 21224
- Country: USA
- Zip Code: 21224
- Record
- SN06335928-F 20220525/220523230106 (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 |