SOURCES SOUGHT
66 -- Cell Imaging Reader
- Notice Date
- 4/29/2021 4:32:56 PM
- 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
- 75N95021Q00162
- Response Due
- 5/14/2021 12:00:00 PM
- Archive Date
- 05/29/2021
- Point of Contact
- Scott Bredow, Phone: 3014807503
- E-Mail Address
-
scott.bredow@nih.gov
(scott.bredow@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 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: �The National Institute on Aging (NIA) requires a Cytation 5 to be integrated with Seahorse XFe96 Analyzer for live metabolic phenotyping. Project requirements: The requested system must offer the following: Be validated to work with the Seahorse XFe96 Analyzer Normalization System from Agilent Technologies, Inc. Include end point, time lapse, z-stack and montage imaging methods. Provide fluorescence, brightfield and color brightfield imaging modes have an available range of 1.25x to 60x magnification objectives to cover broad imaging applications, and 16-bit camera for dynamic range of >65,000 fluorescence units. Have four microscopy color channels and shipped equipped for at least DAPI. In addition, it should have available more than 20 color/LED cubes for diverse imaging requirements.� Be compatible with 6- to 1536-well microplates, microscope slides, Petri and cell culture dishes, T25 flasks and counting chambers.� Have�patented laser autofocus capability, autoexposure, auto-LED intensity adjustments. Have image analysis software for image processing, automatic cell counting and sub-population analysis. Image processing including stitching, z-projection, digital phase contrast and time lapse video creation. Have available gas controller for monitor and control of CO2 and O2 levels as well as a temperature control system to support live cell assays. Anticipated Delivery Date: 3 Weeks After Receipt of Order Capability statement /information sought. The intent of this sources sought notice is to define the procurement strategy (e.g. set-aside, sole source, unrestricted) for a solicitation that is intended to be posted soon. Interested vendors are requested to respond by (1) identifying how their proposed product meets or exceeds the project requirements listed above; and (2) providing product literature, white papers, or capability statements that demonstrate their bona fide ability to supply such an item within the time frame described above. In addition, please state your business size status and whether you are the manufacturer or authorized distributor of the item you propose. Please note that the NIA is particularly interested in small business sources. If you are a small business, please state the type of small business (small business; HUBZone; service-disabled, veteran-owned; 8(a); veteran-owned; woman-owned; or small disadvantaged businesses) and your 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. 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 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 a 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 Scott Bredow, Contracting Officer, at e-mail address scott.bredow@nih.gov. � The response must be received on or before May 14, 2021 at 3 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. 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/588ac1bb069240e7a69c54361da4eab3/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05987870-F 20210501/210429230128 (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 |