Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 14, 2024 SAM #8235
SPECIAL NOTICE

99 -- Imaris for Core Facilities (CF) Annual Lease

Notice Date
6/12/2024 10:40:01 AM
 
Notice Type
Special Notice
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH Bethesda MD 20892 US
 
ZIP Code
20892
 
Solicitation Number
75N95024Q00351
 
Response Due
6/18/2024 11:00:00 AM
 
Archive Date
07/03/2024
 
Point of Contact
Cassandra Conley
 
E-Mail Address
cassandra.conley@nih.gov
(cassandra.conley@nih.gov)
 
Description
PRE-SOLICITATION NOTICE OF INTENT NON-COMPETITIVE SUBJECT Imaris for Core Facilities (CF) Annual Lease REGULATORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures, and the procedures prescribed in FAR Subpart 13.106-1(b)(1), Soliciting from a single source. The resultant contract will include all applicable provisions and clauses of the FAR in effect through the Federal Acquisition Circular (FAC) 2022-08, dated 10/28/2022. DESCRIPTION Pursuant to FAR Subpart 5.2�Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF INTENT TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION.� The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of the National Institute of Neurological Disorders and Stroke (NINDS) intends to negotiate and award a purchase order for Imaris for Core Facilities (CF) Annual Lease used by its researchers and scientists in the Laboratory of Circuits, Synapses, and Molecular Signaling (LCSMS). 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 to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people�s health and save lives. The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), which mission it is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease for all people. The main goal of the LCSMS (part of NINDS) is to investigate the neural mechanisms and circuits underlying neuropsychiatric and neurodegenerative disorders. The lab requires a customizable, high-powered software for the analysis of fluorescent widefield and confocal images. Continued renewal is essential for the lab and cost-effective vs. purchasing the license outright. Using Imaris software will give the lab an analysis software capable of preprocessing and analyzing microscopy images of all types and sizes. The lab has already purchased and renewed this license for 3 years. Following five years of continuous renewal, the lab will have the option to own the license outright. ANTICIPATED SOURCE Andor Technology Inc. (Previously Oxford Instruments) 300 Baker Avenue Suite 150 Concord MA 01742 POC: Kirsti Golgotiu ; k.golgotiu@andor.com PERIOD OF PERFORMANCE The anticipated period of performance shall include one 12-month base period as follows. Base Period:��������������������������� 9/30/2024-9/29/2025 PLACE OF PERFORMANCE N/A REASON FOR NON-COMPETITIVE ACTION The essential characteristics of the Imaris Annual Lease for the LCSMS that limit the availability to a sole source are that the Government has already purchased and renewed this license for 3 of the 5 years necessary to own it outright. � CLOSING STATEMENT This synopsis is not a request for competitive proposals.� All responsible sources may submit a capability statement, however, which shall be considered by the agency. �Responses to this notice must include clear and convincing evidence of the offeror�s capability of fulfilling the requirement.� In addition, the Unique Entity Identifier (UEI), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. �All offerors must have an active registration in the System for Award Management (SAM). 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.� 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.�� All responses must be received by 2:00 P.M., Eastern Standard Time on June 18, 2024. Responses must be submitted electronically to the Contract Specialist, Cassandra Conley, at cassandra.conley@nih.gov. Fax responses are not accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2ec9cda2876542b4bdcb7392a4d0ce3b/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN07094445-F 20240614/240612230111 (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.