SOURCES SOUGHT
66 -- SOURCES SOUGHT: High-throughput In Situ Instrument
- Notice Date
- 4/27/2023 12:28:35 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
- 75N95023Q00261
- Response Due
- 5/11/2023 8:00:00 AM
- Point of Contact
- Hashim Dasti, Phone: 3014028225, Karen Mahon, Phone: 3014357479
- E-Mail Address
-
hashim.dasti@nih.gov, karen.mahon@nih.gov
(hashim.dasti@nih.gov, karen.mahon@nih.gov)
- 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; (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition; and (4) availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality. 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 Non-Manufacturer Rule). 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, Center of Alzheimer�s Disease and Related Dementias works to understand the pathological basis of neurodegenerative diseases mainly Alzheimer�s Disease. Purpose and Objectives: The purpose of this acquisition is to provide a high-throughput in situ instrument for analysis of RNA changes associated with Alzheimer�s Disease and other neurodegenerative disease disorders. A high-throughput in situ instrument is a powerful molecular analysis device that includes a fluorescent in situ microscope for subcellular profiling of RNA targets in fresh frozen or Formalin-Fixed Paraffin-Embedded tissue. Project requirements: Description: � � � � � � � � � � � � � � � �Cat no:� � � � � � � �Quantity Xenium Analyzer� � � � � � � � � � � � �1000481� � � � � � � � �1.00 Vibration Isolation Table� � � � � � � 1000531� � � � � � � � �1.00 shipping� � � � � � � � � � � � � � � � � � � � � �n/a� � � � � � � � � � � 1.00 Instrument must include these specifications: Enable simultaneous detection of RNA and protein within the same tissue section. Compatible with custom, pre-validated reagent panels that work off-the-shelf and can be customized with additional targets. Probe chemistry with dual hybridization and ligation stringency enabling targeting of expressed SNPs and isoforms. Nondestructive workflow, allowing for the same section to be H&E or IF stained post-workflow. Allows for up to 3 runs per week with up to 2 slides per run, accommodating up to 10 x 20 mm tissue per slide. Concurrent onboard analysis capabilities process image data, localize RNA signal, and perform secondary analysis- including cell segmentation, transcript assignment to cells, clustering, and differential expression results. Ability to localize detected transcripts with sub-50 nm resolution in the XY plane. Three-dimensional acquisition of spatial information via Z-stcaking with a 0.75 um step size across the whole tissue thickness Comprehensive and intuitive software to analyze and interpret acquired data locally or in a cloud platform Fully portable data with open standard file formats including: MEX, HDF5, Zarr for cell -feature matrices; Zarr, CSV, and Parquet for transripts and segmentation boundaries;� and OME.TIFF for images Detection of up to 400 RNA transcripts at subcellular resolution and designed for an increased plexy detection of up to 1,000 analytes simultaneously in the future Compatible with fresh frozen and formalin-fixed, paraffin-embedded tissues samples Baseline optical resolution is ~0.2 microns/pixel which allows us to localize detected transcripts in a single image to< 50 nm lateral precision Anticipated Delivery Date: 6 months 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 Hashim Dasti, Contract Specialist, at e-mail address hashim.dasti@nih.gov. The response must be received on or before May 11, 2023 at 11AM 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/e37a5a1b7a984a34867fce318c1cd81d/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06665383-F 20230429/230427230113 (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 |