SOURCES SOUGHT
66 -- Inverted Microscope
- Notice Date
- 5/21/2020 10:36:24 AM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SB-SS-20-006720
- Response Due
- 5/29/2020 9:00:00 AM
- Archive Date
- 09/30/2020
- Point of Contact
- Debra C. Hawkins, Phone: 3018277751
- E-Mail Address
-
Debra.Hawkins@nih.gov
(Debra.Hawkins@nih.gov)
- Description
- 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 because 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 / Purpose / Objective:� The National Institute on Aging has a general requirement for a microscope for daily and ongoing human tissue, animal and cell work of the Diabetes Section, Lipid Peroxidation Unit, and Cellular & Molecular Neurosciences Section. �Currently NIA does not have a microscope attached to camera that we can use to take pictures of H&E stained slides under brightfield for publication purposes. The NIA Sections perform H&E staining on a weekly if not daily basis but do not have a tool to record it with the same regularity. Furthermore, we are requesting that this microscope be equipped with the ability to photograph fluorescence slides � to be able to take basic pictures of islets and brain stained for basic green, blue and red fluorescence. We need this to quantify insulin and glucagon positive areas in pancreatin taken from our different mouse models. �The microscope has the capability to take high �quality pictures more productively and is versatile enough to meet our needs.� The combination of optics for both high resolution brightfield and fluorescence� and the ability to integrate the Zeiss Zen software into our downstream meta data analysis mean this specific system is required for NIA�s research purposes. The intent of this action is to purchase an inverted microscope. The microscope is brand-name or equal to the Microscope Axio Observer 3/5/7 KMAT, Part number: 491915-9880-010, manufactured by Carl Zeiss Microscopy, LLC, 1 North Broadway, White Plains NY 10601, consisting of the following items: (1) Axio Observer 5, Microscope stand Axio Observer 5, 431006-9901-000, 1-each; (2) Optovar Mount 1 Position Fixed, 431010-0000-000, 1-each;� (3) Sideport 60N L 100/100 2 pos f/Observer,� 425151-0000-000, 1-each; (4)� Mirror Insert VIS f/BaseSlider f/Vert200, 000000-1069-227, 1-each; (5) Binoc Tube 45/23 f/ Axio Observer,� 425537-0000-000; (6) Eyepiece E-PL 10x/23 Br. foc., 444235-9901-000, 2-each; (7) Folding Eyecup, 444801-0000-000, 2-each; (8) Mechanical stage 130x85 R/L, 432016-9902-000, 1-each; (9) Universal Mounting Frame K, 451352-0000-000, 1-each; (10)� Universal Mounting Frame KX,� 451353-0000-000, 1-each; (11)� Carrier Transmitted Light LCD Shutter,� 423926-9010-000, 1-each; (12) Illuminator microLED,� 423053-9072-000, 1-each; (13) ND filter 0.25 D32x2mm, 467849-0000-000, 1-each; (14) Condsr LD 0.55 H/DIC/Ph 6x Mot, 424244-0000-000, 1-each; (15) Reflected-light illuminator FL, 423606-9901-000, 1-each; (16) Reflector turret 6x mot, 424947-0000-000, 1-each; (17) FL Filter Set 49 DAPI,EX G365 S free, 488049-9901-000, 1-each; (18) FL Filter Set 38 HE GFP shift free, 489038-9901-000, 1-each; (19) FL Filter Set 43 HE Cy3 shift free, 489043-9901-000, 1-each; (20) Reflector Module FL EC P&C, 424931-0000-000, 3-each; (21) Dust Cover f/ Vert100/135/200, 459330-0000-000, 1-each; (22) EC Plan-Neofluar 5x/0.16 Ph1 WD=18.5 M27, 420331-9911-000, 1-each; (23) EC Plan-Neofluar 10x/0.30 Ph1 WD=5.2 M27, 420341-9911-000, 1-each; (24) EC Plan-Neofluar 40x/1.3 DIC WD=0.21 M27, 420462-9900-000, 1-each; (25) Objective LD PN 20x/0.4 Corr Ph2, 421351-9972-000, 1-each; (26) Objective PApo 20x/0.8, 420650-9902-000, 1-each; (27) Plan-Apochromat 63x/1.40 Oil DIC M27, 420782-9900-000, 1-each; (28) DIC Slider EC PN 10x 20x/PA 20x, 426940-0000-000, 1-each; (29) DIC Slider PN 40x, F 40x, PA 40x, 426944-0000-000, 1-each; (30) DIC Slider PA 63x/1.4 III HR, 426957-0000-000, 1-each; (31) Condenser Prism DIC II/0.55 w/ polarizer, 426720-0000-000, 1-each; (32) Condenser Prism DIC III/0.55 w/ Polarizer, 426721-0000-000, 1-each; (33) Immersion Oil 518F 20ml, FL Free, 444960-0000-000, 1-each; (34) Analyzer module DIC ACR P&C shift free, 424932-9901-000, 1-each; (35) C-Mount Adapter 60N C 1"" 1.0x, 426114-0000-000, 1-each; (36) Workstation Compact ZEISS 60BC, 410201-9910-000, 1-each; (37) Memory 16 GB (1x16) DDR4-2133 (Z240), 410201-1603-000, 1-each; (38) Language Pack Windows 10 Embedded x64 US, 410376-0200-000, 1-each; (39) Monitor TFT 27"" HP Z27n G2, 410350-2701-000, 1-each; (40) ZEN 3.0 pro, 410135-1002-300, 1-each; (41) Dongle / hardware license USB for ZEN, 000000-1066-465, 1-each; (42) Camera Axiocam 705 color, Microscopy Camera Axiocam 705 color (D), 426560-9050-000, 1-each; (43) X-Cite XYLIS UV385 1.5m LLG only, X-Cite XYLIS LED System, 410842-2114-000, 1-each; (44) 810-00022X Standard X-Cite Adaptor, 410842-2040-000, 1-each; and (45) Promotion Widefield Research Stands, 419991-9999-026, 1-each. Salient characteristics: (1) Inverted microscope stand; (2) Manual encoded� 6 position objective nosepiece ZEN software reads position and automatically applies correct scale factor to each image; (3) Motorized 6 position FL turret with a switching time of 250 ms.� It can be controlled via button on stand or thru software for easy automatic FL multi-channel acquisition; (4) Control TL and FL shutters via ZEN and simple buttons located on the side of the microscope; (5) Motorized condenser with phase rings and DIC prisms.� Controllable via ZEN and Microscope; (6) Tiltback arm has LCD display which lists the current position the microscope is in.� Including objective position, shutters open/ closed, FL turret position and lastly, TL voltage.� With display at eye level, the user can quickly see the current configuration; (7) Computer controlled LED transmitted light illuminator with variable intensity output. Greater than 10000 hours of lifetime with constant color temperature; (8) High efficiency hard coated shift free filters for standard fluorescence Imaging; (9) Integrated contrast manager to preset all light and microscope conditions; (10) Xcite Xylis LED Fluorescence light source; (11) Mercury-free; and (12) Controllable via ZEN software. Smart Setup: Easy hardware control - adapts system configuration according to chosen dyes from a large database of fluorochromes. Different acquisition modes are suggested (e.g. Fastest or Best Signal).Automated multichannel imaging via motorized 6-position reflector turret. Upgradeable to include patented ZEISS Apotome.2- Structured Illumination module for optical sectioning from widefield imaging.� Deconvolution algorithms included for software based optical sectioning; (13) 64-Bit operating system for efficient data handling and memory management of large datasets; (14) Software programmability and automation with control over all image acquisition functions via high level computer language (VBA 6.4).; (15) Multi-user environments capability; (16) User-specific Workspace setups; (17) Windows user login define capability; (18) Camera, color, combination of a small pixel size of 3.45 �m and a large number of pixels (2464 (H) � 2056 (W)). High Resolution. �High speed imaging up to 62 fps at full frame combined with a high dynamic range of 1: 25000 and 80% Quantum Efficiency guarantees brilliant, lossless images with the finest signal to noise and resolution of even the smallest details; (19) Imaging Workstation Windows 10 64bit OS with 16GB Ram; and (20) 27� Monitor. Anticipated period of performance / delivery date:� The Government�s anticipated delivery period is sixty (60) days after receipt of order. ��� Other important considerations: The response may cite any other information that is necessary for potential respondents to understand the nature of the potential requirement or proposed acquisition. Capability statement /information sought.� The respondents must submit clear and convincing evidence that their product is equivalent or superior to the brand-name product specified in this notice.� The response shall include: the unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered to determine the method of acquisition.� The information must address each of the minimum specifications and the equivalent elements of the brand-name parts stated herein.� The response must also indicate the country of manufacturer. The response must also include 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. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. The response must be clear and concise 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, with single or double spacing, and limited to ten (10) pages (exclusive of the cover page, executive summary, or references, if requested). All responses to this notice must be submitted electronically to Debra C. Hawkins Contractor, Acquisition Policy Analyst II, at debra.hawkins@nih.gov on or before May 29, 12:00 PM.� Facsimile responses are NOT accepted. 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 provide the product or perform the services specified herein. 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
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2013b3e516bb4320a0ead7060614cf0f/view)
- Place of Performance
- Address: Baltimore, MD 21224, USA
- Zip Code: 21224
- Country: USA
- Zip Code: 21224
- Record
- SN05668434-F 20200523/200521230232 (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 |