SOURCES SOUGHT
66 -- Zeiss Axiovert Microscope or Equal
- Notice Date
- 4/18/2023 12:34:44 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
- 75N95023Q00215
- Response Due
- 4/28/2023 7:00:00 AM
- Point of Contact
- Sneha Singh
- E-Mail Address
-
sneha.singh@nih.gov
(sneha.singh@nih.gov)
- Description
- SOURCES SOUGHT NOTICE Solicitation Number: �75N95023Q00215 Title:� Zeiss Axiovert Microscope or Equal Classification Code:� 6640 NAICS Code:� 334516 Size Standard: 1,000 Employees 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, responses must include the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address 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. This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement, to determine the method of acquisition, and availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality.� 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. Small businesses are encouraged to respond. For equipment/supply requirements, responses must include the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule). � � � � � Background:� The National Institutes of Health (NIH) is the nation�s leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge. The mission of the NIH also includes enhancing health, lengthening life, reducing illness and disability, conducting, supporting and making medical discoveries that improves and saves people�s health and lives. The National Institute of Neurological Disorders and Stroke (NINDS) Receptor Biology Section (RBS) characterizes the molecular mechanisms underlying neurotransmitter receptor transport and localization at the synapse. The lab requires a new inverted microscope and camera to replace an existing cell imaging system which sustained water damage in a recent flood. Purpose and Objectives: The purpose of this requirement is to procure one Zeiss Axiovert 5 digital w/ integrated monochrome camera or equal. Project Requirements: ZEISS Axiovert 5 Digital with integrated Microscopy Mono Camera and Labscope software or equal must have integrated LED light sources for both transmitted and fluorescent light (385nm, 470nm, 565nm, 625nm) with > 60K work hours (except 385nm > 40K) must include an option to automatically switch off and preserve integrated LEDs must have a 0.4 NA condenser with light shield to block ambient light must have a 6-position fluorescence filter turret, encoded for automatic detection, with options for both single-band and multi-band filter sets must have a 6-position objective nosepiece, encoded for automatic detection must include objectives corrected for 1-mm polystyrene for optimal use with standard plastic laboratory consummables must include an integrated monochrome research camera with global shutter CMOS sensor, at least 5 megapixels, at least 3.45?m x 3.45?m pixel size, 350-1000nm spectral range, approximately 10500e full well capacity, 12-bit digitization, temperature stable at 25�C for ambient temperatures between 18�C and 30�C must have a coarse/fine focus drive with 13mm of range and adjustable focus stop must have a flexible manual XY stage that can fit microwell plates, flasks, Petri dishes d=36-95mm, object slides 76x26mm, and chambers (ibidi �-SlideTM, Nunc Lab-TekTM I/II) must have an image snap button on stand for ergonomic usage must have one-click cell counting that calculates statistics for multiple fields must have one-click confluency measurements that calculates statistics for multiple fields must have live image measurement and annotation must include software with intensity histogram, adjustments for gamma, brightness, contrast, color, and sharpness, over-exposure indicator, split view, multi-channel view, automatic detection of objective and filter set position, annotation, scaled measurements, file management, and options to save as image types CZI, JPG, and TIF must have a reporting function to Word and PDF formats must have a tablet mount that is upgradable to future-proof the microscope against tablet upgrades and is height/tilt adjustable for ergonomic usage and space management must have a clamp to protect against tablet theft must have a small footprint (maximum 363mm width, 503 mm depth, 505mm height) and recessed design for wetlab/bench compatibility must have a modular build to allow for upgrades Quantity: 1 (one) system The Contractor shall provide an Original Equipment Manufacturer (OEM) certified service technician to perform setup and installation. Warranty - The Contractor shall warrant that the equipment will be free from defects for a period of at least 12 months from the date of installation, inspection by the Government, and acceptance. Anticipated period of performance: The Contractor shall deliver and install the equipment within 45 days after receipt of order. Delivery must be Freight on Board (FOB) Destination and include inside delivery. Training must take place within two (2) weeks of equipment installation. The equipment shall be delivered and installed in coordination with the Contracting Officer�s Representative (COR). The contractor shall provide an Original Equipment Manufacturer (OEM) certified service technician to perform setup, installation, and an on-site 2-day training session for staff members. The contractor shall also provide one day of follow up training with Applications Specialist within 30 days of equipment installation. 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 25. Capability statement /information sought. Companies that believe they possess the capabilities to provide the required products or services 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 total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) 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 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. Interested companies 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 market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. 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 following information shall be included on the first page: 1. Name of Company 2. GSA Contract No. 3. DUNS No./CAGE Code 4. Street Address, City, State, Zip code 5. Name of Person Authorized to Provide Quote 6. Telephone Number and Email Address of Person Authorized to Provide Quote 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 Sneha Singh, Contract Specialist at e-mail address Sneha.Singh@nih.gov. The response must be received on or before Friday, April 28, 2023, 10:00 AM, 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 www.sam.gov. 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/28f20a8480474c0495207f32ded46a15/view)
- Place of Performance
- Address: 20850, USA
- Zip Code: 20850
- Country: USA
- Zip Code: 20850
- Record
- SN06654947-F 20230420/230418230127 (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 |