SOURCES SOUGHT
99 -- Falcon 4 Direct Electron Detector Hardware and Software Upgrade
- Notice Date
- 1/19/2023 9:33:27 AM
- Notice Type
- Sources Sought
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95023Q00079
- Response Due
- 2/3/2023 9:00:00 AM
- Point of Contact
- Cassandra Conley, Phone: 3014516521
- E-Mail Address
-
cassandra.conley@nih.gov
(cassandra.conley@nih.gov)
- Description
- This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement, to determine the method of acquisition, and availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality.� 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. Small businesses are encouraged to respond. For equipment/supply requirements, responses must include the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule). Background:� Upgrading the Falcon 4 Electron Detector to the 4i and the Data Management Platform (DMP) to DMP2 can increase data collection speed by up to 25%. Purpose and Objectives: Our objective is to upgrade the Falcon 4 Electron Detector to 4i and DMP upgrade to DMP2. Project requirements: Falcon 4i benefits from an increased internal frame rate (320fps) and significantly reduced overhead time (reduced to 0.5 seconds per acquisition). Thanks to its large (14 ?m) pixel size and lowest noise levels, Falcon 4i�s (electron counting) DQE remains unsurpassed over the entire spatial frequency range, enabling highest quality 3D structures of even the most challenging (small and flexible) biological samples. Falcon 4i�s native file format is EER (electron event representation) which offers users the option to store full temporal and spatial (super) resolution or convert directly into dose-fractions for storage in traditional MRC or LZW TIFF images. Data in EER format benefit from: - Full temporal resolution: 310 frames per second are stored on disk without a file size penalty. No fractionation is required at the time of acquisition. Instead, fractionation decisions can be applied during the data processing, when the full insight in the acquired data is available. - Full spatial resolution: true super-resolution up to 16k x 16k information is available without a file size penalty, yielding improved DQE at physical Nyquist. - EER files can be read directly by the leading data processing packages. Algorithms and code to decompress and decode EER files are available publicly and free of charge. Falcon 4i is fully integrated in Thermo Scientific data acquisition software packages (EPU & Tomography) and the Data Management Platform (DMP). Selected specifications Falcon 4i 200 and 300kV * Sensor size = 4,096 x 4,096 pixels, 5.7 x 5.7 cm2 * Internal frame rate = 320 fps * Frame rate to storage = 310 fps (EER mode) * Camera overhead time = 0.5 s per acquisition * File formats = EER (native), MRC, LZW TIFF * Automation = Integrated in EPU and Tomography software Compatible with 3rd-party software via Advanced TEM Scripting Imaging performance in EER mode (see note 1): DQE(0) = 0.92 (300kV) or 0.85 (200kV), DQE(� Nyquist) = 0.72 (300kV) or 0.60 (200kV), DQE(1 Nyquist) = 0.50 (300kV) or 0.20 (200kV) Note 1: For each sensor, DQE at a dose rate of 2 e/p/s is guaranteed by factory validation; this measurement will not be repeated on-site. DQE measurements at higher dose rates typically overestimate DQE due to non-linear behavior. System Requirements / pre-conditions: - Falcon 4 or Selectris w/ Falcon 4 already installed - 300kV or 200kV FEG TEM with control software version 3.10 or 2.10 respectively - Data Management Platform (DMP2) is required; if not present, it needs to be ordered separately. Anticipated period of performance: 30 days After Receipt of Order (ARO) Other important considerations: In case domestic sources are available and capable of fulfilling the Government�s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR 25. Capability statement /information sought. Companies that believe they possess the capabilities to provide the required products should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately.� Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. 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 ten (10) page limit.� The 10-page limit does not include the cover page, executive summary, or references, if requested. 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 Cassandra Conley, Contract Specialist, at e-mail address Cassandra.conley@nih.gov. The response must be received on or before February 3rd at 12 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 www.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://sam.gov/opp/59e44563b4524bf2bc7087856b9163a6/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06568783-F 20230121/230119230113 (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 |