SOURCES SOUGHT
99 -- Multispectral Light Sheet Microscope System
- Notice Date
- 7/27/2020 10:45:06 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-NINDS-SBSS-20-007690
- Response Due
- 8/6/2020 9:00:00 AM
- Archive Date
- 08/21/2020
- Point of Contact
- Sneha V. Singh
- E-Mail Address
-
sneha.singh@nih.gov
(sneha.singh@nih.gov)
- Description
- Small Business Sources Sought Notice Multispectral Light Sheet Microscope System Notice ID: HHS?NIH?NINDS?SBSS?20?007690 Type: Small Business Sources Sought Office: NATIONAL INSTITUTES OF HEALTH, Office of Acquisitions, NIDA Published Date: July 27, 2020 Response Date: August 6, 2020 Reference Number: HHS?NIH?NINDS?SBSS?20?007690 NAICS Code: 334516�Analytical Laboratory Instrument Manufacturing Title: Multispectral Light Sheet Microscope System 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. The purpose of this requirement is to acquire a Multispectral Light Sheet Microscope System to develop innovative 3D multispectral imaging applications of whole organ tissues (i.e., whole mouse and rat brains after tissue clearing) to meet the facility requirements to optimally support intramural and collaborative research at NINDS. The salient physical, functional, or performance characteristics that must be met are as follows: a)��� full UV-NIR light spectrum excitation capability that includes at least 7 of the following laser line options 375 nm, 405 nm, 450 nm 488 nm, 561 nm, 592 nm, 647 nm, 730 nm and/or 785 nm including the availability of other wavelengths using a supercontinuum light source, with up to 7 simultaneous lines available per single scan b)��� full UV-NIR light spectrum emission detection capability with commonly used fluorophores including DAPI, Alexa Fluor 405, Alexa Fluor 430, Alexa Fluor 488, Alexa Fluor 546, Alexa Fluor 594, Alexa Fluor 647, IRDye 680LT, IRDye 800CW, and PerCP c)��� high-resolution (2048 x 2048 pixels or larger; 6.5x6.5 mm/pixel size or smaller), high-QE (75% or higher peak QE), high dynamic range (14-bit or 16-bit) CCD or sCMOS camera(s) with large field of view (18 mm or larger sensor diagonal) imaging, and optional support for ORCA-Fusion BT sCMOS camera for large specimen scanning d)��� detection of up to 10 imaging fluorescence channels per specimen scan, including the option to iteratively scan the same specimen multiple times with automated image registration of the separately scanned multi-channel image datasets at the subpixel level e)��� support for fully automated multiple specimen imaging (i.e., up to 5 whole mouse brains per batch scanning session), including large specimen imaging (i.e., whole monkey brain) up to 15 x 45 x 25mm3� that can fit into a large imaging chamber up to 130 x 55 x 65mm3 f)���� automated support for multiple high-NA microscope objectives optimized for light sheet imaging including 1X, 4X and 12X with zoom magnifications from 1X-30X range, large working distance up to 16 mm, and a large field of view up to 33 mm diagonal g)��� optimized light sheet optics including adjustable light sheet NA and width for high-resolution, high-quality deep cleared tissue imaging at subcellular resolution with minimal illumination, photobleaching and spectral bleedthrough artifacts h)��� compatibility with specimen imaging in both aqueous and organic solvents, with high refractive index matching spanning 1.33-1.56 range, and with the option to exchange samples without the need to drain the imaging chamber i)���� user-friendly specimen setup and image acquisition software with software controlled on the fly chromatic correction of signal detection across full spectral range spanning 400-850 nm during specimen scanning j)���� integrated image processing software for seamless 3D montage image stitching, image artifact correction (i.e., vignetting, photobleaching, autofluorescence, background fluorescence), shadow/stripping correction, chromatic correction, spectral unmixing, 3D image reconstruction, rendering, deconvolution, and extended depth-of-focus k)��� integrated visualization and analysis software including algorithms for compound whole cell masking and feature extraction using separate image channels of subcellular compartments, standard and user-customizable machine learning/deep learning capabilities, and robust statistical data analysis, visualization and presentation tools (including movie and VR presentations of 3D montaged imagery) l)���� data analysis import/export compatibility with flow cytometry standard (FCS) and image cytometry experiment (ICE) formats compatible with 3rd party flow cytometry and image analysis and presentation software (i.e., FCS Express, FlowJo, Kaluza, etc.) 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. For equipment/supply requirements, small business responses must include: (1) the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture), as well as (2) the size status of the manufacturer under the applicable NAICS code (i.e. address Nonmanufacturer Rule). 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 e?mail addresses. All responses to this notice must be submitted electronically to Sneha V. Singh at sneha.singh@nih.gov on or before August 6, 2020 at 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 Beta sam.gov. 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/8ba9c750726440c1b09d5ad94a4cb5d5/view)
- Place of Performance
- Address: Bethesda, MD, USA
- Country: USA
- Country: USA
- Record
- SN05735274-F 20200729/200727230139 (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 |