SOURCES SOUGHT
66 -- Two-Photon Laser Scanning Microscope for the NINDS Cellular Neurophysiology Unit - Sources Sought 4627198
- Notice Date
- 7/5/2017
- 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, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
- ZIP Code
- 20892-9559
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SBSS-17-511
- Archive Date
- 7/27/2017
- Point of Contact
- Danielle R. Brown, Phone: 301 480 2385
- E-Mail Address
-
danielle.brown2@nih.gov
(danielle.brown2@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Sources Sought 4627198 - Two-Photon Laser Scanning Microscope for the NINDS Cellular Neurophysiology Unit Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE 1. Solicitation Number: HHS-NIH-NIDA-SSSA-SBSS-17-511 2. Title: Two-Photon Laser Scanning Microscope for the NINDS Cellular Neurophysiology Unit 3. NAICS Code: 334516 - Analytical Laboratory Instrument Manufacturing 4. 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 Cellular Neurophysiology Unit (CNU) focuses on circuit and cellular properties of dopaminergic neurons located in the midbrain. In particular, CNU is interested in the physiology of a subset of dopamine neurons located in the substantia nigra pars compacta (SNc) that undergo selective cell death in Parkinson's patients. CNU is also interested in understanding how synaptic and intrinsic conductances (particularly Ca-permeable conductances, ie. Ca channels and NMDA receptors) differ among subpopulations dopamine neurons with the hope that this may provide insight to why SNc dopamine neurons seem particularly vulnerable in Parkinson's disease. CNU's goal is to identify novel physiological and genetic markers in single SNc dopamine neurons which may useful in defining subpopulations of these neurons in a meaningful way. Because high levels of cytoplasmic Ca2+ has been identified as a possible contributor to the vulnerability of dopamine neurons in Parkinson's diseases, CNU has been examining Ca2+ handling in the dendrites and spines of dopamine neurons. A two-photon laser microscope enables examination of cytoplasmic calcium in these small subcellular compartments. Purpose and Objectives: The purpose of this requirement is to acquire one (1) two-photon laser scanning microscope system to examine the mechanisms of synaptic integration and dendritic information in dopamine neurons located in the midbrain. Purchase Description: (1) Specify trade name: N/A (2) Specify product brand names: Moving Objective Microscope (Sutter) (3) Specify manufacturer names: Sutter Instrument Corporation (4) Specify model, type, catalog, and/or part number(s): FG-MOM-COMBI, SA-MOM-2P-SPATH-M, SA-MOM-COM-PATH-M, SA-MOM-CORE-M, SA-MOM-OLYMPUS-M, SA-MOM-SLIDE-M, SA-MP285-3Z-M, SA-MOM-DETECT-S-M, FG-PS2-LV, SA-MOM-RESSCANNER-M, FG-MDR-R, FG-MPC-200-ROE, FG-MOM-MRMOVR, FG-LS-OF30, FG-LG-Y50, FG-LLG, CO-O740150, FG-DAQ-FPGA, SA-SI-COMPUTER, CO-O040201, SA-MOM-SETUPKIT-M Project Requirements / Salient Characteristics: The NINDS Cellular Neurophysiology Unit requires one (1) two-photon laser scanning microscope system that meets the following requirements: • The system must employ either resonant scanning in the X axis with galvanometer based scanning in the Y axis. • The system must include one GaAsp photomultiplier tubes (PMTs) for sensitive, fluorescence detection of green fluorescence. • The system must be useable for in vivo imaging. To do this, we would require a moveable microscope that will be used with a fixed position preparation. Either Dodt or DIC optics must be included for transmitted infrared contrast imaging. • The system must include a Pockel cell, driver and mount for rapid laser attenuation. • The system must include a PC work station, peripherals and software compatible with resonant scanning. • The system must be capable of automatically collecting and storing XYZ stacks and must include the option to be controlled by external triggers or deliver a trigger to synchronize with other experimental electronics. • The system must include software and hardware required for system calibration and troubleshooting, as well as a user manual. Quantity: One (1) two photon laser microscope system (inclusive of all system components and peripherals), PC work station (inclusive of all electronics for system control and data acquisition), associated software and hardware, and user manual are required. Delivery Schedule: Within 6 months after receipt of order (ARO). Delivery / Installation: 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 provided by an original equipment manufacturer certified technician for up to four (4) Government employees. 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 an Original Equipment Manufacturer (OEM) certified service technician to perform setup, installation, and training. Warranty: The Contractor shall provide a two (2) year warranty on all equipment, parts and repairs. The two (2) year warranty shall include preventative maintenance and technical support services by an OEM certified service technician. All products shall be warranted to be free from material defects in workmanship or material under normal use and service for the two year warranty period. The Contractor shall provide technical assistance to the Government by telephone, Skype and in person on an as needed basis during the warranty period. Capability statement /information sought. Please provide a capability statement, this includes: • Provide evidence the respondent has performed services. • Provide evidence of similar previous contracts of research of the same magnitude. • Information regarding (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed project of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. Please provide your DUNS number, organization name, address point of contact, and size and type of business (e.g., 8(a), HubZone, etc.,) pursuant to the applicable NAICS code and any other information that may be helpful. 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 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. The response is limited to one to two (1-2) page limit. The 1-2 page(s) do 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 Danielle R. Brown, Contract Specialist, at Danielle.brown2@nih.gov. The response must be received on or before Wednesday, July 12, 2017 at 12:00PM, Eastern Standard 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 pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. 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
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-SBSS-17-511/listing.html)
- Place of Performance
- Address: 35 Convent Drive, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04567310-W 20170707/170705235552-38271d1520bad2ee7740ffeaa36fce1c (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 |