Maryland Bids > Bid Detail

Sources Sought: Two confocal laser scanning microscope system

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159393523278036
Posted Date: May 24, 2023
Due Date: Jun 10, 2023
Solicitation No: 75N95023Q00334
Source: https://sam.gov/opp/8970861f7b...
Follow
Sources Sought: Two confocal laser scanning microscope system
Active
Contract Opportunity
Notice ID
75N95023Q00334
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 24, 2023 06:41 pm EDT
  • Original Response Date: Jun 10, 2023 12:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Bethesda , MD 20892
    USA
Description

The Dendrite Morphogenesis and Plasticity Section (DMPU) Section of the National Institute of Neurological Disorders and Stroke (NINDS) is seeking Capability Statements from Small Business organizations under the North American Industry Classification System (NAICS) code 334516 that are manufacturers of confocal laser scanning microscope systems designed for imaging stained tissue and live tissue.



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 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 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. 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 INFORMATION AND OBJECTIVE: Dendrite Morphogenesis and Plasticity Section( DMPU) is a section of NIH/NINDS. Applying the Drosophila larval visual circuit, DMPU investigates the structural and functional plasticity change to find the mechanisms underlying the neurolonal development. DMPU needs to perform large-scale genetic screens on drosophila, with the aid of a confocal system, to take high-quality images to determine the dendrite morphology change at the cell level. Furthermore, analyze these candidate genes using in vivo live imaging with a multiphoton scanning system. The primary approach is to understand the molecular path to regulate dendrite morphogenesis and structural plasticity and learn the consequent function change due to deficits on homeostatic neuronal plasticity. The confocal microscope system described above will allow the DMPU to screen large scale genetically modified drosophila containing fluorescent reporters to learn certain gene functions and lively tracing fluorescent signal movement in larva brain.



REQUIREMENT: Two Confocal Laser Scanning Microscope Systems NINDS/DMPU requires two Confocal Microscope Imaging Systems with the following properties and characteristics: Salient Characteristics: Essential features of the microscope systems must include:



1. Must configure to our existing 680-1080 Chameleon Vision laser



2. Have 405/488/561/639nm Visible lasers and multitrack imaging ability without channel cross-tal, by linewise or framewise switching of the laser excitation line.



3. Could excite multiphoton laser and detect dual channel imaging simultaneously



4. Distinguish between fluorophores with overlapping emission spectra



5. Multiple Objectives: 5x, 10x, 20x, 40x, 60x Objectives



6. High-performance microscopy camera with high speed and high resolution



7. Provide personalized and professional customer service and training



8. One laser microscope must also include the following:



9. Consists of 3 calibrated and linearized detectors.



10. Flexible multi-channel configuration utilizing the combination of prisms and plates



11. Sequential 3 detector spectral acquisition with 9.7nm spectral resolution for a full spectral scan.



12. Photon counting imaging mode allows the system to distinguish the arrival of single photons tens of times during pixel dwell time as an image is scanned (The red-cooled PMTs are run at 15MHz).



13. The TwinGate main beamsplitter utilizing 2 separate 13 position MBS wheels allowing up to 50 different laser combinations while maintaining a typical laser suppression of OD 7 or greater.



14. The highly efficient holographic grating leads to an even spectral dispersion over the entire visual spectral range (380-750 nm). Grating utilizes a 'spectral recycling loop' to recover non-separated light, redirecting it onto the holographic grating for optimum sensitivity.



15. The other laser microscope must also include the following:



16. With 2 calibrated and linearized MA PMT (Multi Alkali Photomultiplier tube) detectors and one 32 channel



Other Requirements: The vendor shall provide an Original Equipment Manufacturer (OEM) certified technician to perform the setup and installation of the equipment and provide the initial training. One year of full-service maintenance/warranty is required.



Anticipated Delivery Date: The equipment shall be delivered within 16 weeks ARO. Delivery must be Freight on Board (FOB) Destination and include inside delivery. 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.



INSTRUCTIONS: Companies that believe they possess the capabilities to provide the required product should submit documentation of their ability to meet each requirement to the Contracting Officer. The capability statement must specifically address each of the 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 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 include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must consist of the respondent's technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.



Interested companies must identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards per the Small Business Administration. When submitting this information, please reference the solicitation notice number. The Government requests that no proprietary or confidential business data be submitted in 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 the authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that does not provide sufficient information for evaluation will be considered non-responsive. Any other specific and relevant information about this particular area of procurement that would improve our consideration and evaluation of the information presented is desirable. Documentation may include, but not be limited to, contracts, both Government and commercial the organization performed, references, i.e., names, titles, telephone numbers, and any other information serving to document the organization's capability, e.g., awards, commendations, etc.



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 an outline format that addresses each of the elements of the requirement and in the capability statement paragraphs stated herein. A cover page and an executive summary may be included but are not required.



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 JW Terry, Contract Specialist, at jw.terry@nih.gov.



Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or pay for the information provided in response. The Government reserves the right to use the information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure 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 not obligated to acknowledge receipt of the information received or provide feedback to respondents concerning any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published on 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).”


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

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 >