SOURCES SOUGHT
66 -- Spinning Disk Confocal Microscope System (Inverted) for NINDS Inherited Neurodegenerative Disease Unit
- Notice Date
- 2/29/2016
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SBSS-16-211
- Archive Date
- 3/24/2016
- Point of Contact
- Lauren M. Phelps, Phone: 3015942490
- E-Mail Address
-
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- FedBizOpps Draft Sources Sought Notice Spinning Disk Confocal Microscope System (Inverted) for NINDS Inherited Neurodegenerative Disease Unit HHS-NIH-NIDA-SSSA-SBSS-16-197 Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, MD 20892, UNITED STATES. Introduction: This is a Sources Sought Notice/Request for Information for Market Research purposes. 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 large and 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; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Background: The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), conducting research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. The Inherited Neurodegenerative Disease Unit (INDU) of the NINDS studies inherited age-related neurodegenerative diseases, with a focus on discovering overlapping mechanisms of autosomal-dominant frontotemporal dementia (FTD). Many of the genes responsible for inherited FTD are identified, but relatively little is known about how mutations in these genes cause disease or the functional relationship of these genes to each other. INDU recently discovered that patients with FTD caused by granulin (GRN) mutations develop a striking lysosomal storage disease phenotype. Interestingly, a number of other FTD-related genes encode proteins involved in endocytic trafficking, suggesting the existence of converging disease mechanisms. To identify such mechanisms, INDU employs a combination of unbiased proteomic techniques, cellular and biochemical studies in human iPSC-derived neurons, disease models in mice, and translational studies in human subjects. Providing investigators access to a state-of-the-art spinning disk confocal microscope system (inverted) is crucial to the mission of the NINDS and INDU. Purpose and Objectives for the Procurement: The purpose of this requirement is to acquire one (1) spinning disk confocal microscope system (inverted) to be used to capture high-quality images of live cells and molecular events for inherited age-related neurodegenerative disease studies. Project Requirements: The NINDS INDU requires one (1) spinning disk confocal microscope system (inverted) that shall have a turn-key key solution for hardware-driven sequencing of the activity of excitation lasers, x-y-z axis movements, filter wheels, and cameras. The equipment shall meet the following requirements: A.The system must have 4x, 10x, and 20 x objective lens, a 60x oil immersion lens and a florescent illuminator. B.The system must have a motorized linear motor X-Y scanning stage and motorized piezo z axis drive. C.The system must have automated imaging software algorithms that allows for rapid identification and high-resolution 3-dimensional imaging of specific image findings in cells. D.The system must have a confocal scan head that has 4x field of view at all x-y-z coordinates compared to 1st generation spinning disk confocal scan heads. E.The system must have flat field laser launch technology that allows for quantification of the cellular signals across the entire field of view. F.The system must have autofocus hardware that maintains a fixed focal plane setting in the settings of potential thermal drift and uneven plate surfaces. G.The system must have high-speed piezo-based autofocusing, plate handling, solid state light source and fast wavelength switching. H.The spinning disk must have microlenses to increase light throughput and two or more selectable pinhole sizes to optimize resolution during eitherhigh magnification and low magnification imaging. I.The system must have software that enables automation of multi-well dish imaging with integrated hardware base autofocus, on-the-fly segmentation algorithms during imaging routines, and automated selection and high-res z-imaging of sub-regions of a specimen based on segmentation algorithms. J.The system must be able to image cells in pre-specified regions and/or wells of multiwall dishes and perform post-acquisition segmentation analysis and quantification of the resulting images in an automated fashion. K.The system must come with an imaging work station, high resolution and high sensitivity camera. Warranty Requirements: The Contractor shall provide, at a minimum, a one (1) year warranty on all equipment, supplies and repairs. The Contractor shall provide technical support service during the warranty period. Technical support service shall be on-site and/or virtual and include technical assistance and training on all service related issues. All products shall be warranted to be free from material defects in workmanship or material under normal use and service for warranty period. Delivery, Installation, and Training: The anticipated contract period of performance is fourteen (14) weeks from date of award. The contractor shall deliver and install the required equipment within twelve (12) weeks after receipt of order. Delivery must be FOB Destination and must include inside installation. The equipment shall be delivered and installed between the hours of 8:00am and 5:00pm, Bethesda, MD local prevailing time, Monday through Friday. On-site training must take place at the customer site within two (2) weeks of equipment installation. Training shall be for up to five (5) individuals over a two (2) day period for duration of at least eight (8) hours per day. Training shall take place between the hours of 8:00am and 5:00pm, Bethesda, MD local prevailing time, Monday through Friday. The contractor shall provide a company certified service technician to perform setup, installation and training. Anticipated Contract Type: A firm fixed price contract is anticipated. Invoicing is anticipated to be made on a NET30 basis and payment via Electronic Funds Transfer (EFT) is contemplated. Anticipated Period of Performance: The anticipated contract period of performance is fourteen (14) weeks from date of award, inclusive of delivery, installation, and training. Capability Statement: Contractors that believe they possess the ability to provide the required commercial microscope equipment should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The capability statement should include 1) the total number of contractor employees, 2) documentation of ability to provide the required system, 3) any contractor GSA Schedule contract(s) by which all of the requirements may be met, and 4) any other information considered relevant to this potential requirement. Contractors must also provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable North American Industry Classification System 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. All capability statements sent in response to this Sources Sought Notice must be submitted electronically to Lauren Phelps, Contract Specialist (Lauren.Phelps@nih.gov) before the closing date and time of this announcement. All responses must be received by the specified due date and time in order to be considered. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your 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 review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government anticipates award of a contract on the basis of lowest price technically acceptable evaluation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-16-211/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04034613-W 20160302/160229235519-121569d661b0f0be6b4354f2e02b51ec (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |