Maryland Bids > Bid Detail

Ti2-E microscope with TIRF adapter, software, and component parts

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159029791460592
Posted Date: May 19, 2023
Due Date: May 29, 2023
Solicitation No: 75N95023Q00313A
Source: https://sam.gov/opp/fe83bfff07...
Follow
Ti2-E microscope with TIRF adapter, software, and component parts
Active
Contract Opportunity
Notice ID
75N95023Q00313A
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NIDA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 19, 2023 03:40 pm EDT
  • Original Response Date: May 29, 2023 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Bethesda , MD 20892
    USA
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 business sources; (2) determine whether they are small businesses (e.g., 8(a), Veteran-owned small businesses, service-disabled Veteran-owned small businesses, HUBZone small businesses, small disadvantaged businesses, and women-owned small businesses); and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your response 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 considered a small business under the applicable NAICS code should indicate its small business status in its response.



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).



Statement of Need and Purpose:



The National Institute on Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH) and conducts research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS Cell Biology and Biophysics unit (CBBU) performs measurements of microtubules and microtubule associated proteins and their kinetics and dynamics at the single molecule level. To discern the molecular level events, images of the microtubules are required in a label free manner while observing the interacting proteins with fluorescent tags. Therefore NINDS requires a brand name or equal Ti2-E microscope with TIRF adapter, TIRF objective, Elements Control Software, LED light source, XY Stage and a Fusion BT camera to replace a system that was damaged in a recent flood. The acquisition of this brand name or equal system and component parts are in necessary in order for the CBBU to perform IRM and simultaneous fluorescence measurement on microtubules and microtubule associated-protein (MAP)s.



Purchase Description: A Capable Offeror must demonstrate its ability to provide to the Government the below listed microscope body and components including software and install/integrate the same with an instruments-warranty. A Capable Offeror must also demonstrate its ability to provide for the below described microscope body and components including software, a mechanical and electric parts and labor warranty with a minimum duration of one year from the date of installation. The microscope body and components listed below must be brand name or equal:



1. Ti2-E Microscope (See Attachment)



2. Computer and Software (See Attachment)



3. Objective (See Attachment)



4. TIRF Components (See Attachment)



5. Epi Light Source (See Attachment)



6. XY Stage (See Attachment)



7. Fusion BT (See Attachment)



Salient characteristics: Capable Vendors should demonstrate their ability to provide NINDS the following brand name or equal characteristics:






    • A Ti2-E microsocpe imaging system

    • An XY Stage with 40 TPI lead screw and bidirectional backlash correction for precise positioning.

    • An objective lens with an NA of 1.49

    • A camera capable of reaching 26 fps at full framerate

    • A combined EPI/TIRF adapter unit for Ti2 microscope

    • A white light LED light source capable of manual or remote control

    • A CPU capable of streaming full camera chip at least 30 fps

    • An installation of Elements control software for hardware interfacing

    • All required cables for proper connection





Period of Performance: NINDS requires a 1-Year warranty on all parts electrical and mechanical. In the event of a failure during the warranty period vendor shall provide a factory certified and trained technician to perform repair at no cost to the government. This includes travel, parts and labor during the warranty period.



Capability Statement /Information Sought:



Companies that believe they possess the capabilities to provide the required products or services 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.



Submission Instructions:



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 Contracting Officer Identified below. The response must be received on or before May 29, 2023, at 3:00 pm EST. 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 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).”



Closing Statement: THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice.



A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.



Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Unique Entity ID (UEI), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.



All responses must be received by the closing date and time of this announcement and must reference the solicitation number, 75N95023Q00313A. Responses must be submitted electronically to Llakim Dubroff, Contract Specialist, at Llakim.Dubroff@nih.gov U.S. Mail and Fax responses will not be accepted.





Primary Point of Contact:



Llakim Dubroff, Contract Specialist


Attachments/Links
Contact Information
Contracting Office Address
  • c/o 3WFN MSC 6012 301 N Stonestreet Ave
  • Bethesda , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • May 19, 2023 03:40 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >