SOURCES SOUGHT
70 -- HALO Plus 10 Workstation
- Notice Date
- 6/21/2018
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- 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
- NIHDA201800278
- Archive Date
- 7/11/2018
- Point of Contact
- Jon J Gottschalk, Phone: 6192496901, Yvette Brown, Phone: 301-443-8402
- E-Mail Address
-
jon.gottschalk@nih.gov, yvette.brown@nih.gov
(jon.gottschalk@nih.gov, yvette.brown@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- SMALL BUSINESS SOURCES SOUGHT NOTICE 1.Solicitation Number: NIHDA201800278 2.Title: HALO Plus 10 Workstation 3.Classification Code: 70 4.NAICS Code: 541511 5.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: NIA currently does not have any technology for advanced quantitation of images at the cellular and molecular level. We presently spend an inordinate amount of time, inefficiently and inaccurately quantifying markers using Image J with manual quantitation requiring subjective decisions. The HALO system will be used by at least 3 NIA Principal Investigators (Egan, Sen, Ramsden) and their groups as well as the NIA Confocal Core Facility (Indig), where it can be used by any NIA PI. It will (1) greatly reduce the time needed to analyze complex images; (2) increase objectivity and accuracy of quantitation; (3) increase versatility by allowing for use in quantitation of numerous markers, cell types, and conditions; (4) provide publication-quality images including complex stains with discrimination of multiple fluorescent tags. The HALO system will provide a critical tool needed to optimize collaborative projects investigating the roles of insulin signaling, immune activation, and lipid-related derangements in the pathogenesis of Alzheimer's brains (SEN LAB, DS, LMIU), muscle fiber quantitation (GESTALT), as well as other clinical and translational projects (e.g. human islets and taste bud stem cells). In summary, this software will be widely used and will enhance productivity of multiple NIA groups while contributing to the Mission of NIA. Purpose and Objectives: The purpose of this notice is to determine the availability of authorized resellers of the HALO 10 Plus Work Station. Project requirements: Contractor will be required to provide an Indica Labs HALO Plus10 Image Analysis platform workstation license, including HALO, area quantification modules for brightfield and fluorescence, and ten additional Indica Labs analysis modules (customer choice) installed on one workstation, online training for two users, and one year service and support. Anticipated period of performance: Installation of the HALO 10 Plus Work Station within 30-45 Days ARO. Other important considerations: None. Capability statement /information sought. The respondent must also provide their 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 in developing or finalizing the acquisition requirements. 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. 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. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. 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 Jon Gottschalk, at e-mail address jon.gottschalk@nih.gov. The response must be received on or before 12:00 PM, Eastern Time, on June 26, 2018. 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 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/NIHDA201800278/listing.html)
- Place of Performance
- Address: 251 Bayview Blvd, Baltimore, Maryland, 21224, United States
- Zip Code: 21224
- Zip Code: 21224
- Record
- SN04962680-W 20180623/180621230838-af12ba3926404499c9ece8397e0c1ae5 (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 |