Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 14, 2020 SAM #6741
SOURCES SOUGHT

66 -- Widefield and Confocal Slide Scanning Microscope

Notice Date
5/12/2020 8:04:11 AM
 
Notice Type
Sources Sought
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NIMH20003894
 
Response Due
5/23/2020 2:00:00 PM
 
Archive Date
06/07/2020
 
Point of Contact
Michael Horn
 
E-Mail Address
michael.horn@nih.gov
(michael.horn@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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: NIMH IRP investigators who use the Systems Neuroscience Imaging Resource (SNIR) perform experiments in which they need to collect light microscope images of very large amounts of sectioned material. This is frequently of entire brains from mice, rats, marmosets and macaques. The material is cut into sections that may be 20-60 microns thick and mounted onto slides. Depending on the species, the section thickness, and whether all sections or a sampling are used, a brain may create from 20 to several hundred sections. It may be necessary to image them in either brightfield or fluorescence. Depending on details of the experimental information required, it may be appropriate to image at relatively low magnification (2-5X), medium (10-20X), or high (40X) magnification, or to initially image at low magnification and subsequently image selected regions of interest at higher magnification. It may be appropriate to collect images from a single focal plane or to collect images from multiple focal planes at each position. For some experiments widefield imaging does not provide sufficient contrast or axial resolution in all parts of an image and in these cases confocal reimaging selected parts of the image is desirable. The goal of this acquisition is to purchase an instrument that meets these needs in a technically excellent manner and with a user-friendly interface. Purpose and Objectives: The NIMH SNIR requires a new slide scanning microscope. The purpose is to allow SNIR users to program unattended image acquisition from multiple tissue sections on multiple slides. Project requirements: Widefield and Confocal Slide Scanning Microscope Product Description: Slide scanning system including capacity for 1x3 and 2x3 inch slides, capable of widefield and confocal fluorescent imaging and brightfield imaging, with low and high magnification objectives, and an anti-vibration table. � Salient Characteristics: Accommodates glass slides that are 1 x 3 inches (minimum 200) and glass slides that are 2 x 3 inches (minimum 100). Provides brightfield, phase contrast and fluorescence illumination. Accommodates objectives from 2X to at least 40X, holding at least 6 at one time. Includes 2X, 4X, 10X, 20X, 40X, objectives or equivalent. Software provides automatic sample identification, focus mapping, stitching, separate control of acquisition parameters (objective, illumination colors, emission filters, z-stack parameters), and selection of regions of interest on low magnification scans for rescan at higher magnification. LED illuminator with at least 6 peaks at covering the range from approximately 390 to 730 nm. Able to image and discriminate DAPI, Alexa 488, Alexa 594, Cy5, and Cy 7, adaptable to image and discriminate other fluorophores. Capable of imaging fluorescent samples in either widefield or confocal modes. Anti-vibration air table that accommodates the system. Quantity: One Delivery Date: 60-120 days following the award of the contract Period of Performance: All items fully warrantied for one year. Equipment is expected to be fully functional for greater than 5 years with minor service, as required. Maintenance service after one year may be purchased as an annual contract or on an as needed basis. Option(s): None Capability statement /information sought. �Respondents must provide clear and convincing documentation of their capability of providing the products specified in this notice including providing information regarding being an authorized�provider of the services. 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 in an outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein.� 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.� Facsimile responses are NOT accepted. The response must be submitted to Michael Horn, at e-mail address michael.horn@nih.gov . The response must be received on or before May 23, 2020, 5:00 pm, Eastern 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/505b516de0cd4c519279af7a87c4992f/view)
 
Place of Performance
Address: MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05655279-F 20200514/200512230157 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.