SOURCES SOUGHT
66 -- Cryostat Tissue Sectioning Instrument
- Notice Date
- 5/21/2020 11:00:27 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-20-006648
- 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:� In order to gain a better understanding of the molecular and anatomical changes occurring in aging and disease progression there is a need to longitudinally� track cells and molecules in living animals. The IVIS platform supports� the non-invasive monitoring of both� bioluminescence and fluorescence probes in three-dimensions (3D) within small animal models (rats and mice).� The IVIS platform offers imaging solutions for a wide range of applications within the IRP biomedical research including oncology, infectious disease, musculoskeletal, cardiovascular, neurology, respiratory and stem cell research. Pharmacokinetics/ pharmacodynamics studies and analysis are also possible using the IVIS platform.� � The intent of this action is to purchase a cryostat tissue sectioning instrument. The instrument is brand-name or equal to the Leica Part number: 14903050S01, Leica Model CM3050 S configured 1, manufactured by LEICA Biosystems Imaging, Inc., 1360 Park Center Drive, Vista, CA, 92081-8300; Telephone number: 760-539-1103.� Salient characteristics: (1) temperature setting range: 0�C to -40�C; (2) Accommodate a maximum specimen size of 40 x 55 mm; (3) programmable 1 automatic defrost cycle/24 h duration; from 6 to 12 min; (4) Exterior dimensions (W x H x D) 882 x 1040 x 766 mm. Anticipated period of performance / delivery date:� The Government�s anticipated delivery period is thirty (30) to 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/39b11a718f1d438d9754aa21b3b4a5d3/view)
- Place of Performance
- Address: Baltimore, MD 21224, USA
- Zip Code: 21224
- Country: USA
- Zip Code: 21224
- Record
- SN05668438-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 |