Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
SOURCES SOUGHT

66 -- RECOVERY-Laser Scanning Microscope (LSM)700URGS (405)or equal

Notice Date
9/16/2009
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, 5th Floor, Rockville, Maryland, 20852-3804, United States
 
ZIP Code
20852-3804
 
Solicitation Number
HHS-NIH-OD-OLAO-SBSS-09-008
 
Point of Contact
Maria Vant Hof, Phone: 301-443-8095
 
E-Mail Address
Vanthofmj@od.nih.gov
(Vanthofmj@od.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Small Business Sources Sought notice for a future American Recovery and Reinvestment Act of 2009 (ARRA) requirement. THIS NOTICE IS PROVIDED FOR INFORMATIONAL PURPOSES ONLY. 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 manufacturing 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 (NAICS 334516) 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 of 334516 (Size Standard of 500 employees) should not submit a response to this notice. This Sources Sought Synopsis is in support of market research being conducted by the National Institutes of Health (Bethesda, MD) to identify capable small business manufacturing sources for a Carl Zeiss Microimaging, Inc. LSM 700 URGB (405), or equal, and that meets the specifications below. The Microscope system shall include the following or better: 1.Shall include an LSM 700 URGB (405) 2 channel laser scanning confocal microscope or better incorporating fixed gate main beam splitter and variable secondary dichroic beam splitter for spectrally resolved image series. 2.Shall include Axio Observer Z1 stand mot with the following or better: Axio Observer Z1 stand Mot, z-drive Operation Flat Left Imager/Observer, Nosepiece 6x H/DIC Mot M27 for Observer, Optovar Turret 3 position Mot, Mirror Insert VIS for BaseSlider for Vert200, Sideport 60N L/R 100 3 pos f/observer, Binoc Tube 45/23 for Axio Observer, Upgrade kit Axio Observer camera port, Vibraplate Axio Observer, Dust Cover for Vert100/135/200, and Physiology for ZEN 2009. 3.Shall include the following Fluorescence Equipment or better: FL/HD Light Train Man for Observer, Adjusting Aid HBO/XBO for Skop2+/Vert200, Shutter FL, Internal for Observer D1 Z1, Diaphragm Slider for Vert200 and Observer, Attenuator FL Man Discrete, Reflector Turret 6x Mot for Observer, Reflector Module FL EC P&C, FL Filter Set 49 DAPI, EX G365 S Free, FL Filter Set 43 CY 3 Shift Free, FL Filter Set 38 Endow GFP, Shift Free. 4.Shall include the following Transmitted Light Equipment or better: Illuminator Carrier Tilt Back for Observer Z1, Lamphousing 12V/100W with Collector, and Bulb HAL 12V/100W Rectangular Filament. 5.Shall include the following HBO Illuminator and accessories or better: Lamphousing HBO 100, Burner HBO 103 W/2, and Power Supply for HBO 100 Lamp. 6.Shall include the following Manual Stage or better: Mechanical Stage 130 X 85 R/L for Observer and Universal Mounting Frame K. 7.Shall include the following Optics or better: APO Calibration LSM M27 (alignment tool), EC Plan-Neofluar 10x/0.30 WD=5.2 M27, EC Plan-Neofluar 20x/0.50 WD=2 M27, EC Plan-Neofluar 40x/1.3 DIC WD=0.21 M27, Plan=Apochromat 63x/1.40 Oil DIC M27, Condenser LD 0.55 H/Ph 1/2/3/DIC, Eyepiece PL 10x/23 Br foc, and TFT Docking Station. 8.Shall Include Installation, 1 year warranty, onsite training, support hotline, and remote access support. 9.Must be compatible with existing Zeiss Optics which will be shared with existing Zeiss microscopes. 10. Must use Zen software compatible with Microsoft Vista operating system with Smart Set Up and Reuse functions. Delivery: The government anticipates delivery to be made within 90 days from the date the contractor receives award. The government will evaluate, as regards to time of delivery, offeror’s that propose delivery within the applicable delivery period specified above. Offeror’s that propose delivery that will not clearly fall within the applicable anticipated delivery period specified above will also be considered. The Government reserves the right to award either the anticipated delivery schedule or the proposed delivery schedule. ANY INTERESTED and CAPABLE small business manufacturer should submit a capability statement of the company along with applicable product lists which demonstrates the firm's ability to supply the products described above. Responses must reference Sources Sought Number HHS-NIH-OD-OLAO-SBSS-09-008 and include the following: (1) Name and Address of the Organization, (2) Size and type of business: Small Business; HUBZone Small Business; Service-Disabled Veteran-Owned Small Business; 8(a) Small Business; Veteran-Owned Small Business; Woman-Owned Small Business; or Small Disadvantaged Business, (3) Point of contact with name, title, phone, fax and email, (4) DUNS number, (5) Contractor’s capability statement addressing the required item, (6) List of organizations to whom the same or similar types of equipment have been previously provided to include contract number, dollar value, name and phone number of Contracting Officer, (7) Applicable Product list. ALL INFORMATION SUBMITTED IN RESPONSE TO THIS ANNOUNCEMENT MUST BE RECEIVED ON OR BEFORE THE CLOSING DATE. THE CLOSING DATE FOR RESPONSES IS DUE within 10 days of release of posting AT 3PM Eastern Time. Emailed capability statements are authorized (either in Microsoft Word or PDF), but it is the responsibility of the vendor to make certain that the email was received. All questions and/or comments must be in writing and may be emailed to Vanthofmj@od.nih.gov. Comments and questions will NOT be answered, but will assist in creating a solicitation for this requirement. Three (3) copies of the capability statement are required if submission is via mail. Submissions via mail shall be sent to: Maria Vant Hof(Ref. HHS-NIH-OD-OLAO-SBSS-09-008), National Institutes of Health, Office of Acquisitions, 6011 Executive Blvd., Room 537, (MSC 7663) Bethesda, MD 20892-7663. (NOTE: If you are using a courier service, Federal Express, UPS, or Express Mail, the city, state, and zip code should read ROCKVILLE, MD 20852). Facsimile copies will not be 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 pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. 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
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OoA/HHS-NIH-OD-OLAO-SBSS-09-008/listing.html)
 
Place of Performance
Address: Bethesde, Bethesde, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01958054-W 20090918/090917001720-5e704a4f5d97831e25d3b124508d1641 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.