Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 09, 2024 SAM #8291
SOURCES SOUGHT

66 -- SOURCES SOUGHT: Luminescence reader for tissue explants

Notice Date
8/7/2024 12:28:16 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
75N95024Q00505
 
Response Due
8/21/2024 8:00:00 AM
 
Archive Date
09/05/2024
 
Point of Contact
Hashim Dasti, Phone: 3014028225
 
E-Mail Address
hashim.dasti@nih.gov
(hashim.dasti@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 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 Institute on Aging (NIA) requires a luminescence reader for ongoing and future research on controlled dietary interventions in aging mice. Purpose and Objectives: The purpose of this acquisition is to obtain a luminescence reader, which performs high-throughput luminometry on self-luminous tissues, such as those from transgenic animals containing the luciferase gene. The system must provide reliable and real-time measurements of luminescence in mouse tissues over extended periods (greater than one week) for circadian and longitudinal aging studies at the National Institute on Aging (NIA) Intramural Research Program on the Johns Hopkins Bayview campus. This acquisition is essential for supporting the NIA's ongoing and future research on the physiological effects of dietary interventions on aging. Project requirements: Luminescence reader that includes: - One Light-Tight Chamber with Turntable for 35 mm Petri Dishes - Four Photomultiplier Tubes - Four Channel Counter-Timer/Motor Controller Interface with power supply and USB Cable - Data Collection Software - Data Analysis Software Salient Characteristics: Asynchronous Channel Operation: Start and stop each counting channel independently. For instance, initiate an experiment with 10 samples on one day, start another with 22 samples the next day, and manage them individually. Interruption and Continuation: Pause data collection to perform experimental manipulations (e.g., adding a drug) and resumes data collection exactly where it left off post-treatment. Flexible Counting Schedules: Set counting intervals ranging from once per hour to once per minute. Real-time Data Viewing: Monitor all 32 channels simultaneously in a single window. Double-click any graph for a detailed view of the data. Advanced Analysis Software: Automatically compensates for baseline shifts and signal attenuation. Extract dominant circadian periods and phases, view periodograms and actograms, calculate phase shifts, and analyze periods using spectral or periodogram methods. Data Comparison and Figure Preparation: Superimpose multiple records for comparative analysis and figure preparation. Rhythm Parameter Calculation: Analyze rhythm parameters for the entire record or multiple subsets. For example, if a treatment is administered halfway through a trial, analyze the two halves separately to calculate phase shifts. Continuous Data Collection: While data collection is ongoing, you can copy data files to another computer for interim analysis without interrupting the experiment. Data Export: Export extracted periods and phases to a text file for manipulation in Excel or other statistical programs. Raw or baseline-subtracted records can be exported to ClockLab for further analysis using periodograms, actograms, and activity profiles. Anticipated delivery date: 60 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 25. Capability statement /information sought. Companies 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 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. 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 Hashim Dasti, Contract Specialist, at e-mail address hashim.dasti@nih.gov. The response must be received on or before August 21, 2024 at 11AM 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/68387c78ddd34f25917d33dcfc552103/view)
 
Place of Performance
Address: Baltimore, MD 21224, USA
Zip Code: 21224
Country: USA
 
Record
SN07161224-F 20240809/240807230127 (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.