SOURCES SOUGHT
99 -- Nanoimager Super Resolution Microscopy System
- Notice Date
- 6/20/2025 5:50:05 AM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
- ZIP Code
- 20899
- Solicitation Number
- NIST-MML-25-SS18
- Response Due
- 7/7/2025 9:00:00 AM
- Archive Date
- 07/22/2025
- Point of Contact
- Don Graham, Phone: 3019756753
- E-Mail Address
-
deg@NIST.GOV
(deg@NIST.GOV)
- Description
- Contracting Office Address National Institute of Standards and Technology (NIST) Acquisition Management Division, 100 Bureau Drive, Mail Stop 1640, Gaithersburg, MD, 20899-1640 Sources Sought Notice NIST-MML-25-SS18 Title: Nanoimager Super Resolution Microscopy System This is a Sources Sought Notice ONLY. Requests for copies of a solicitation will not receive a response. This Notice is for planning purposes only and is not a Request for Proposal or Request for Quotation or an obligation on the part of the National Institute of Standards and Technology (NIST) for conducting a follow-on acquisition. NIST does not intend to award a contract on the basis of this Notice, or otherwise pay for the information requested. No entitlement or payment of direct or indirect costs or charges by NIST will arise as a result of submission of responses to this Notice and NIST use of such information. NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. NIST is seeking information from vendors potentially capable of providing a Nanoimiger Super Resolution Microscopy System. SPECIFIC CAPABILITIES: System Requirements: Instrument configuration include Nanoimager body and light engine with four lasers having excitation wavelengths of 405 nm, 488 nm, 561 nm and 640 nm, respectively. Instrument operate in brightfield and fluorescence modes with 100x magnification and capabilities for epifluorescence, highly-inclined and laminated optical sheet (HILO) fluorescence, and total internal reflectance fluorescence (TIRF) illumination modes. Instrument have physical dimensions of less than 36� x 24� x 20� (w x d x h) and a weight of less than 70 kg for placement in a class 2 biological safety cabinet (BSC). Instrument compatible with placement inside a BSC without the use of any optical table or other external vibration isolation or damping. Instrument operate as a class I laser device during all user functions. An instrument control computer and all necessary software for instrument operation and data analysis. Either in electronic or hard-copy format, an operations and maintenance manual covering proper operation, routine maintenance, and troubleshooting for the instrument and controlling software Installation Training Warranty Interested parties shall describe the capabilities of their organization as it relates to the commodities described above. NIST anticipates issuing a Request for Quotation in the fourth quarter of 2025 and awarding a contract within the same period. NIST Is seeking responses from all responsible sources, including large and small businesses. The small business size standard associated with the NAICS code for this effort, 334516 is 1,000 employees. Please include the company�s size classification and socio-economic status in any response to this notice. After results of this market research are obtained and analyzed, NIST may conduct a competitive procurement and subsequently award a contract. Companies that can provide such item are requested to email a written response describing their abilities to donald.graham@nist.gov no later than the response date for this Sources Sought Notice. The following information is requested to be provided as part of the response to this sources sought notice: Name, Address, Unique Entity Identifier (UEI) number, CAGE code, and point of contact information of your company. Any information on the company�s small business certifications, if applicable. Description of your company�s capabilities as they relate to the item described in this notice. A description of your company�s previous experience providing the item described in this notice. Indication of whether the item described in this notice are currently offered via your company�s GSA Federal Supply Schedule (FSS) contracts, Government-wide Acquisition Contracts (GWACs), or other existing Government-wide contract vehicles; and, if so, the contract number(s) for those vehicles. Any other relevant information that is not listed above which the Government should consider in finalizing its market research. Pricing information of current cost for organic chemicals available for purchase from the list provided. Responses are limited to a total of twelve (12) pages. The responses must be in MS Word format. Pages shall be 8�-inch x 11-inch, using Times New Roman 11 Point Font. Each page shall have adequate margins on each side (at least one inch) of the page. Header/footer information (which does not include any information to be analyzed) may be included in the 1"" margin space.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d141387b219e4cc99e4659034f8d693c/view)
- Place of Performance
- Address: Gaithersburg, MD 20899, USA
- Zip Code: 20899
- Country: USA
- Zip Code: 20899
- Record
- SN07484414-F 20250622/250620230043 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |