Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 02, 2017 FBO #5853
SOURCES SOUGHT

66 -- emCCD Camera and Water Chiller for Nikon Eclipse Ti-E Microscope System

Notice Date
11/30/2017
 
Notice Type
Sources Sought
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
SBSS-NIH-NIDA-18-4772456
 
Archive Date
12/15/2017
 
Point of Contact
Jason Williams, Phone: 3014965985, Nancy Lamon-Kritikos, Phone: 301-480-2447
 
E-Mail Address
Jason.Williams1@nih.hhs.gov, nancy.lamon-kritikos@nih.gov
(Jason.Williams1@nih.hhs.gov, nancy.lamon-kritikos@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address : Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, NINDS Contracts Management Branch, 6001 Executive Blvd, Suite 3287, Bethesda, MD 20892-9531 (FedEx/courier: use Rockville, MD 20852). 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. 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. North American Industry Classification System (NAICS) CODE: The NAICS code applicable to this requirement is 333314 - OPTICAL INSTRUMENT AND LENS MANUFACTURING. Background Information: The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), conducting research into the cause, treatment, and prevention of neurological disorders. 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 Cell Biology and Biophysics unit (CBBU) performs measurements of microtubules and microtubule associated proteins and their kinetics and dynamics at the single molecule level. These measurements require the use of highly sensitive emCCD cameras, which when combined with a chiller, are capable of capturing images of single molecule at high frame rates and very low signal to noise. 1(one) iXon DU897 Ultra emCCD and 1(one) Oasis 160 Water Chiller inclusive of installation are required to replace existing equipment damaged during a lab flood. Replacing the emCCD camera and chiller on the Nikon Eclipse Ti-E microscope will enable us to continue to continue our work in singe molecule imaging. Please note that only a Nikon field service technician may install, integrate and support these components so as not to void the warranty on the Nikon Eclipse Ti-E microscope system. Project Description : An Andor iXON Ultra emCCD and Oasis chiller are required by the NINDS Cell Biology and Biophysics Unit (CBBU) for single molecule imaging of microtubules and microtubule binding proteins. This equipment is required to replace an existing iXON emCCD camera and chiller. Quantity : • One (1) iXon DU897 ultra emCCD Camera • One (1) Oasis 160 Water Chiller Equipment must meet the following requirements: • emCCD camera must be 139x164x76 mm and weigh 3.7 kg and perform at least 30 frames/sec with a quantum efficiently of >90% @ 500nm for single molecule imaging. • emCCD must have 16µm pixel size with an image area of 11.6 mm diagonal • emCCD must have a max readout rate of 17 Mhz and <1e- read noise with EM gain. • Water Chiller must operate between 2 and 45oC • Water Chiller must have a Stability of +/- 0.1oC with constant load • Water Chiller must contain 1/8" female CPC quick connect with shut off valve connectors • Water Chiller muse consume less than 200 Watts Government's minimum acceptable standards: • Contractor must meet or exceed each of the project requirements. • Contractor proposal must include a one (1) year electrical and (5) year mechanical warranty. • Contractor proposal must include installation and integration by a Nikon Field Technician so as not to void the warranty on the Nikon Eclipse Ti-E microscope system. • Contractor must confirm the ability to meet or exceed the period of performance and delivery requirements (within 8 weeks after purchase order issued). Government Responsibilities : Government shall provide Contractor personnel reasonable access to the Equipment whenever Service is required. Government shall cooperate with Contractor personnel so that Service can be performed efficiently and without interruption. Contractor shall be allowed use of Government equipment which Contractor personnel deem necessary to perform the Services. Anticipated period of performance : Eight (8) weeks ARO A firm fixed-price is contemplated for this award. Capability Statement / Information Sought : Contractors that believe they possess the ability to provide the required services should submit documentation of their ability to meet the project requirements to the Contract Specialist. Contractors should also provide their Company Name, DUNS number, Physical Address, and Point of Contact Information and if applicable, Federal Supply Schedule (FSS) contract number. 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 responses to this notice must be submitted electronically to the Contracting Officer. Facsimile responses are NOT accepted. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Jason Williams, Contracting Officer, at willjas@nida.nih.gov in MS Word format. All responses must be received by the specified due date and time in order to be considered. The response must be received on or before December 11, 2017 at 5:00 PM EST. 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 intends to negotiate a fixed-price contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/SBSS-NIH-NIDA-18-4772456/listing.html)
 
Place of Performance
Address: National Institutes of Health, 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04753449-W 20171202/171130231951-4f209f570af02fbcdcc8c52862a2b799 (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.