SOURCES SOUGHT
66 -- Three photon laser system
- Notice Date
- 12/20/2023 9:03:52 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
- 75N95024Q00090
- Response Due
- 1/2/2024 6:00:00 AM
- Archive Date
- 01/05/2024
- Point of Contact
- Kimberly Espinosa
- E-Mail Address
-
kimberly.espinosa@nih.gov
(kimberly.espinosa@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; 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 and Objective A major goal of the research performed by the lab is to understand communication between the neocortex and cerebellum while animals learn novel behavioral skills over weeks. The lab measures activity in both cortex and cerebellum simultaneously using a custom dual-site two-photon microscope, across multiple genetically defined populations using dual-wavelength two-color imaging, and by combining imaging of one neural population with stimulation of another. To build a microscope capable of imaging far deeper structures than accessible to conventional two photon imaging, we must build an imaging system around a laser for three photon absorption imaging. Project Requirements The cortex-cerebellum circuitry lab in the National Institute of Neurological Disorders and Stroke (NINDS), within the National Institutes of Health (NIH), requires a three photon laser system for deep brain imaging of red activity reporting fluorophores in learning and behaving animals. The requirement includes: � One (1) three photon laser with integrated second pump laser, which meets the below salient characteristics: A. Compact Footprint: The total footprint of the three photon laser head AND integrated pump laser must be no larger than 569.0 mm x 320.0 mm x 237.7 mm (22.40"" x 12.60"" x 9.36""). B. Three photon laser: i.� Maximum user-tunable repetition rate of at least 4 MHz ii. Signal wavelength centered between 1600-1700 nm iii. 500 nJ typical of pulse energy from 1 � 4 MHz (>400 nJ minimum) iv. Pulse duration between 50-100 fs C. Integrated pump laser specifications: i.� Wavelength must be in the range of 1000-1100 mn ii. Maximum user-tunable repetition rate of at least 10 MHz iii. >20 W of time-averaged power at 11 MHz iv. >3 uJ from 1 - 5 MHz and >2 uJ at maximum repetition rate of 11 MHz v.� Pulse durations of <250 fs vi. Integrated motorized dispersion pre-compensation for drive laser D. Warranty that covers parts and labor for at least 12 months. Contract Type and Anticipated Delivery Date The Government anticipates make one (1) Firm, Fixed-Price award. The anticipated delivery date is within 12 weeks After Receipt of Order (ARO). � Required Information 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 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 any other information considered relevant to this program. If subcontracting is anticipated, responses should note the extent of subcontracting anticipated. Responses must also include: A. UEI (Unique Entity Identifier) � B. Organization name C. Organization address D. Point of contact E.�Point of contact title, address, telephone, and email address F.�Size and type of business (e.g., 8(a), HUBZone, etc.) pursuant the applicable NAICS code G.�Place of manufacture (i.e. country) 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 notice number. Submission Instructions and Due Date Responses must be submitted electronically to Kimberly Espinosa, Contracting Officer, at kimberly.espinosa@nih.gov no later than the date and time listed above. 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 on 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/df3a37927f484a4a9a1af35c8775af63/view)
- Record
- SN06919023-F 20231222/231220230050 (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 |