Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2023 SAM #7845
SOURCES SOUGHT

66 -- Ti2-E microscope with TIRF adapter, software, and component parts

Notice Date
5/19/2023 12:41:08 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
75N95023Q00313
 
Response Due
5/29/2023 12:00:00 PM
 
Point of Contact
Llakim Dubroff, Phone: 3014436677, Josh Lazarus, Phone: 3014436677
 
E-Mail Address
llakim.dubroff@nih.gov, josh.lazarus@nih.gov
(llakim.dubroff@nih.gov, josh.lazarus@nih.gov)
 
Description
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 under the NAICS Code 334516 - Analytical Laboratory Instrument Manufacturing, 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). Statement of Need and Purpose: The National Institute on Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH) and conducts research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS Cell Biology and Biophysics unit (CBBU) performs measurements of microtubules and microtubule associated proteins and their kinetics and dynamics at the single molecule level. To discern the molecular level events, images of the microtubules are required in a label free manner while observing the interacting proteins with fluorescent tags. Therefore NINDS requires a brand name or equal Ti2-E microscope with TIRF adapter, TIRF objective, Elements Control Software, LED light source, XY Stage and a Fusion BT camera to replace a system that was damaged in a recent flood. The acquisition of this brand name or equal system and component parts are in necessary in order for the CBBU to perform IRM and simultaneous fluorescence measurement on microtubules and microtubule associated-protein (MAP)s.� Purchase Description: A Capable Offeror must demonstrate its ability to provide to the Government the below listed microscope body and components including software and install/integrate the same with an instruments-warranty. A Capable Offeror must also demonstrate its ability to provide for the below described microscope body and components including software, a mechanical and electric parts and labor warranty with a minimum duration of one year from the date of installation. The microscope body and components listed below must be brand name or equal: 1. Ti2-E Microscope (See Attachment) 2. Computer and Software (See Attachment) 3. Objective (See Attachment) 4. TIRF Components (See Attachment) 5. Epi Light Source (See Attachment) 6. XY Stage (See Attachment) 7. Fusion BT�(See Attachment) Salient characteristics: Capable Vendors should demonstrate their ability to provide NINDS the following brand name or equal characteristics: A Ti2-E microsocpe imaging system An XY Stage with 40 TPI lead screw and bidirectional backlash correction for precise positioning.� An objective lens with an NA of 1.49 A camera capable of reaching 26 fps at full framerate A combined EPI/TIRF adapter unit for Ti2 microscope A white light LED light source capable of manual or remote control A CPU capable of streaming full camera chip at least 30 fps An installation of Elements control software for hardware interfacing All required cables for proper connection Period of Performance: NINDS requires a 1-Year warranty on all parts electrical and mechanical. In the event of a failure during the warranty period vendor shall provide a factory certified and trained technician to perform repair at no cost to the government. This includes travel, parts and labor during the warranty period. 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. Submission Instructions: 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. All responses to this notice must be submitted electronically to the Contracting Officer Identified below. The response must be received on or before May 29, 2023, at 3:00 pm EST. Facsimile responses are NOT accepted. 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).� Closing Statement: THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Unique Entity ID (UEI), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All responses must be received by the closing date and time of this announcement and must reference the solicitation number, 75N95023Q00313. Responses must be submitted electronically to Llakim Dubroff, Contract Specialist, at Llakim.Dubroff@nih.gov U.S. Mail and Fax responses will not be accepted. Primary Point of Contact: Llakim Dubroff, Contract Specialist
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e7fca9ed6b184d459b0a397b70b2c26a/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06689290-F 20230521/230519230114 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.