Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2016 FBO #5210
SOURCES SOUGHT

66 -- Bio-Imaging System for NINDS Neuro-therapeutics Development Unit

Notice Date
2/26/2016
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-16-214
 
Archive Date
3/19/2016
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Information/Sources Sought HHS-NIH-NIDA-SSSA-SBSS-16-214 Bio-Imaging System for NINDS Neuro-therapeutics Development Unit Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, MD 20892, UNITED STATES. Introduction: 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. Background: The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), conducting research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. The NINDS NeuroTherapeutics Development Unit (NTDU) provides a resource for investigators at NINDS and other NIH institutes to develop neuroprotective and neuroregenerative therapeutic entities. A significant part of this work includes development of cell-based assays to identify, evaluate and characterize potential agents as possible treatments for neurological disorders. To do this, the NINDS NTDU requires equipment to image Induced Pluripotent Stem Cells (iPSC) and Neural Stem Cells (NSC) and characterize their growth and proliferation following multiple and varied treatment regimens. Purpose and Objectives for the Procurement: The purpose of this acquisition is to procure one (1) Bio-Imaging System for the NINDS Neuro-therapeutics Development Unit (NTDU). Project Requirements: Equipment Specifications The contractor shall provide the NINDS NTDU with one (1) Bio Imaging System that meets the following specifications: 1.System must be able to placed and left inside an incubator with remote (PC screen) visualization of cell images to avoid disturbing the cells by removing them from the incubator. 2.System must have a fully automated and motorized X-Y scanning stage to allow repeat imaging of locations in specific wells to allow following cell reactions to treatments, i.e. Time Lapse Imaging of specific locations in different wells. 3.System must autofocus in every single position to obtain high quality images. 4.System must have user changeable 4x, 10x, and 20x objectives to allow imaging at various magnifications, with digital zoom capability. 5.System must image in Brightfield, GFP (Ex 466/40, Em 525/50- Green Fluorescent Protein), RFP (Ex 525/50, Em 580 LP- Red Fluorescent Protein), and DAPI (Ex 390/40 Em 452/45) to allow measurement and monitoring of cells and labels, and cell counting. 6.System must allow for tile-stitching of scans in each well to allow visualization of nearly the entire well. 7.System must be able to record images from various microplates (6-384 wells) as well as culture flasks and slides. 8.Images must be able to be saved as.jpg,.png,.tig, and.bmp, and movies as.avi. Raw data must be able to be saved as.csv for spreadsheet analysis. Warranty Requirements The contractor shall provide an extended warranty on the required equipment such that it is warranted for two years following purchase. Equipment shall be warranted to be free from material defects in workmanship or material under normal use. The warranty shall also cover annual equipment cleaning as well as hardware and software updates during the warranty period. Installation and Training Requirements The contractor shall provide inside delivery and set-up of the equipment as well as on-site training in equipment use. Set-up and Training shall be provided by a manufacturer certified service technician. Training must be provided within two (2) weeks of equipment installation between the hours of 8:00 AM and 5:00 PM local time. Training shall provide sufficient information to teach approximately two scientists to properly operate the equipment. It is estimated that training will take approximately four (4) hours. Anticipated Contract Type: A firm fixed price purchase order within the Simplified Acquisition threshold is anticipated. The purchase order is expected to contain one option period. Period of Performance/Delivery Requirements: The required equipment shall be delivered to the NIH NINDS NTDU in Bethesda, MD 20814 within sixteen (16) weeks after contractor receipt of order. The equipment shall be delivered between the hours of 8:00 AM and 5:00 PM, Monday through Friday, and the equipment shall be installed at time of delivery. Inside delivery and installation is mandatory and delivery must be FOB Destination. Equipment training must be provided within two (2) weeks of equipment delivery and installation. Training shall be provided between the hours of 8:00 AM and 5:00 PM, Monday through Friday, by a manufacturer certified service technician. Training shall provide sufficient information to teach approximately two scientists to properly operate the equipment. It is estimated that training will take approximately four (4) hours. Place of Performance: The place of performance shall be the National Institutes of Health, the NINDS NTDU located in Building 10, 10 Center Drive, Bethesda, MD 20814. Capability Statement: Contractors that believe they possess the ability to provide the required equipment, warranty, and training should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The capability statement should include 1) the total number of employees, 2) documentation of ability to provide the required equipment, warranty, and training, 3) any contractor GSA Schedule contracts by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Contractors must also provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable North American Industry Classification System 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. All capability statements sent in response to this Sources Sought Notice must be submitted to Lauren Phelps, Contract Specialist, via email at lauren.phelps@nih.gov before the closing date and time of this announcement. All responses must be received by the specified due date and time in order to be considered. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your 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 review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government anticipates negotiation of a firm fixed price purchase order.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-16-214/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04033328-W 20160228/160226235202-991cbbcad1c5509f05766dd8f7c3edea (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.