Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 12, 2017 FBO #5741
SOURCES SOUGHT

66 -- High-speed sCMOS Camera System (Camera, cooling system and workstation)

Notice Date
8/10/2017
 
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-17-706
 
Archive Date
8/30/2017
 
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-17-706 2.Title: High-speed sCMOS Camera System (Camera, cooling system and workstation) 3.Classification Code: 66 - Instruments and laboratory equipment 4.NAICS Code: 334516- Analytical Laboratory Instrument Manufacturing 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: A mission of LCS is to establish a new understanding towards the mechanisms that originate the heart beat, how it deteriorates with aging or heart diseases, and ultimately to improve the longevity and quality of life of U.S. citizens. To achieve this long-term goal, enzymatically isolated single SAN cells derived from animals (rabbit, guinea pig, etc) are widely studied. It is crucially important to study physiology of these cells because we can only understand what is altered by aging/disease if we understand exactly what drives automaticity under normal conditions. Ca imaging using molecular probes enables us to visualize complex movement of Ca ions within living SAN cells which have greatly expanded our knowledge. For example, it had been believed that cardiac automaticity simply depends on interactions of time- and voltage-dependent movements of ions through ion channels and transporters before our lab demonstrated a crucial role of stochastic, local Ca releases (LCRs) from sarcoplasmic reticulum on the genesis of spontaneous action potentials. We have also discovered that altered LCRs size and emerging timing are associated with cardiac aging and heart diseases. It is becoming clear that the Ca signal is more complex than previously thought i.e. not only small (a few micro-meter), random and high-speed (appear and disappear in a few micro-seconds), also intricately behaving (some disappear alone, some collide with others to grow, some merge into a larger ‘whole-cell Ca transient'). This has been overlooked because of the limitation on imaging technology, and is possible to study only if we use an excellent imaging system. This acquisition is to buy a 2D high-speed camera that has cutting-edge quality and related accessories for a novel scientific project of LCS that will study mammalian (including human) SAN cells isolated from hearts. Purchase Description Generic Name of Product: High-speed sCMOS camera system (camera, cooling system and workstation) Purchase Description (1) PCO.edge 4.2 sCMOS camera system; (2) PCO.edge; (3) PCO-Tech Inc. (4) PCO.edge 4.2 High QE (QE up to 82%), 2048 x 2048 pixel, mono, water cooling, Catalog#: edge.4.2Q.wat (camera), Catalog#: edge.cu (water cooling system), Catalog#: Workstation (workstation) < (1) Specify trade name; (2) Specify product's brand name; (3) Specify manufacturer's name; (3) Specify model, type, catalog, and/or part number(s) Salient characteristics The PCO offers class-leading imaging technology i.e. large sensor size (13.2 x 13.2 mm / 2048 x 2048 pixel), high speed (up to 500 frame/per sec, 2 micro-second/frame), high signal/noise ratio, digital image enhancement technology (e.g. 2x2 ‘image binning' features) and a non-proprietary, widely-compatible TIF image format. This product is widely accepted as the best quality by leaders in the scientific field, and will meet rigorous requirement for our dual recordings of membrane potential and high-speed, high-definition single cell 2D Ca imaging. Such a product is not available elsewhere. Furthermore, this product has project compatibility (LCS owns 4 existing sets of the same product for ongoing various projects) which will protect LCS/NIA from extra cost in foreseeable future Quantity 1 Delivery Date 2-3 months Anticipated Contract Type A firm fixed price purchase order within the Simplified Acquisition threshold is anticipated. Capability Statement: Contractors that believe that they possess the ability to provide the required equipment, warranty, and installation should submit documentation on their ability to meet each of the project requirements to the Contract Specialist. The capability statement should include 1) the total number of employees, 2) documentation of ability to provide the required equipment and warranty 3) any contractor GSA Schedule contracts by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. 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 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-17-706/listing.html)
 
Record
SN04622535-W 20170812/170810231909-0753f6c71b56cd48712f1c71548e2332 (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.