Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2017 FBO #5586
SOURCES SOUGHT

J -- Scanner Maintenance

Notice Date
3/8/2017
 
Notice Type
Sources Sought
 
NAICS
334614 — Software and Other Prerecorded Compact Disc, Tape, and Record Reproducing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 3155, MSC 9593, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-17-244
 
Archive Date
3/29/2017
 
Point of Contact
Jermaine Duncan, Phone: 3018277515
 
E-Mail Address
jermaine.duncan@nih.gov
(jermaine.duncan@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE 1.Solicitation Number: HHS-NIH-NIDA-SSSA-SBSS-17-244 2.Title: Scanner Maintenance 3.Classification Code: J - Maintenance, repair and rebuilding of equipment 4.NAICS Code: 334614 - Software and Other Prerecorded Compact Disc, Tape and Record Reproducing 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; 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. 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. Background: The NINDS Squid Research Program studies loligo pealeii squid for neurological research purposes. Loligo pealeii squid have a giant nerve cell, almost a thousand times as bigger than human nerve cells, that allows researchers to study nerve cells in greater detail prior to research in human cells. Loligo pealeii squid are found on the north east coast of the Atlantic Ocean in the United States for approximately six months a year. To further NINDS research efforts, researchers require software images formed by backscatter imaging. This type of imaging will allow for researchers to use large data from serial sections mountedon silicon wafers by aligning aligning and collecting large serial sections datasets. A software tookit and modules are required to stich together individual images into three dimensional images. Purpose and Objectives: The purpose of this acquisition is to procure software to acquire serial section images from a Carl Zeiss Microscopy Atlas 5 and Gemini electron microscopes. In particular, Carl Zeiss microscopy software modules and tool kit are required so investigators can align and stitch thousands of individual images into three dimensional images. Project requirements: Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, professional liability insurance, material, equipment and facilities, not otherwise provided by the Government as needed to perform the below stated requirements. 1.Purchase Description: (1) Trade name: Atlas 5 (2) Product's brand name: Atlas 5 (3) Manufacturer's name: Carl Zeiss Microscopy, LLC (4) Model, type, catalog, and/or part number(s): 347823-9032-000 (Atlas 5 for Merlin/Gemini SEM; 347823-9034-000 (Atlas 5 Advanced Toolkit); 347823-9035-000 (Atlas 5 Array Tomography Module) 2.Salient characteristics The Contractor shall provide the NINDS with the following Carl Zeiss software toolkit and modules: Quantity Item Number Description 1347823-9032-000Atlas 5 for Merlin/Gemini SEM 1347823-9034-000Atlas 5 Advanced Tool Kit 1347823-9035-000Atlas 5 Array Tomography Contractor shall install software on Government computer. Level of Effort: Not applicable Government Responsibilities Government shall provide the computer of which the software will be installed. Delivery and Deliverables Contractor shall deliver software and toolkit within 30 days of receipt of order. Anticipated Contract Type: A firm fixed price purchase order is anticipated. Period of Performance/Delivery Requirements: Within 30 days ARO Place of Performance: The place of performance shall be at the Marine Biological Laboratory in Woodshole, MA 02543. Capability Statement : Contractors that believe that they possess the ability to provide the required Neuropsychology Consulting Support Services should submit documentation on their ability to meet each of the project requirements to the Contract Specialist. Interested organizations must demonstrate and document in any response submitted, to this market survey extensive experience with and the ability to perform all of the specialized requirements elsewhere described. The information submitted must be in an 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 fifteen (15) page limit. The 15-page limit does not include the cover page, executive summary, or references, if requested. Interested organizations are required to identify their organization name, address, DUNS Number type of business (e.g. 8(a), HubZone, etc), applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government request 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 to Jermaine Duncan, Contract Specialist, via email at jermaine.duncan@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 negotiation of a firm fixed price purchase order. Contracting Office Address: 31 Center Drive Room 1B59 Bethesda, Maryland 20892 United States Place of Performance: Bethesda, Maryland 20892 United States Primary Point of Contact: Jermaine Duncan, Contract Specialist Jermaine.duncan@nih.gov Phone: 301-827-7515
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-SBSS-17-244/listing.html)
 
Record
SN04427878-W 20170310/170308234540-1d1d77e64c8dc9cb28b38152cbc09efa (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 |
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.