Federal Bid

Last Updated on 16 Apr 2021 at 10 AM
Sources Sought
Bethesda Maryland

Fixed Stage Microscope

Solicitation ID 75N95021Q00136
Posted Date 16 Apr 2021 at 10 AM
Archive Date 07 May 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institutes Of Health Nida
Agency Department Of Health And Human Services
Location Bethesda Maryland United states 20892

Description:  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 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.

Background:  This request is for a fixed stage microscope to support the advance of research in neurodegenerative diseases within the Laboratory of Neurogenetics.

Purpose and Objectives: The National Institute on Aging (NIA), Laboratory of Neurogenetics works to understand abnormal neuron activity and its contributions to the clinical symptoms of various neurological disorders. For example, the reduction of midbrain dopaminergic neuron activity and associated dopamine release is responsible for the deleterious movement abnormalities in Parkinson’s disease. The requested fixed stage microscope will support our electrophysiology system to allow precise measurement of neuron activity and dopamine release in brain slices derived from Parkinson’s disease-related rodent models. We expect the results will advance our current understanding of the pathogenic mechanism of neurodegenerative diseases and help to design new therapeutics.
 

Project requirements: Interested vendors must be able to provide a fixed stage microscope that can meet the following specifications:

Generic Name of Product: Fixed stage microscope

Manufacturer’s Name:  Olympus America Inc.

Brand Name of Product:  Olympus BX51WI fixed stage microscope

Salient Characteristics:

Brightfield observation feature
Darkfield observation feature
Blue/green and ultraviolet excitations observation features
Differential interference contrast feature
IR-differential interference contrast feature
Simple polarized light
Fluorescence illuminator
75 W Xenon lamp
Motorized focusing mechanism
Manual terret intermediate magnification changer
Right hand manual stage control
Mechanical IX-SVL2 cross stage with short left handle
NA 0.9/ W.D. 1.5 mm for 1.25X–100X [swing-out: 1.25X–4X, with oil top lens: (NA 1.4/ W.D. 0.63 mm)] manual universal condenser
NA 0.9/ W.D. 2 mm (1.25X–100X) swing-out condenser
NA 0.8/ W.D. 5.7 mm (10X–100X) long working distance universal condenser      
NA 0.8/ W.D. 5.7 mm (10X–100X) long working distance DIC condenser
NA 0.8/ W.D. 5.7 mm (10X–100X) long working distance oblique condenser
Trinocular for infrared and erected trinocular widefield observation tubes
Footprint size no larger than 317.5 mm x 567 mm x 503.8 mm
Weigh less than 21 kg


Anticipated delivery date: Six (6) months after receipt of order

Capability statement /information sought. The intent of this sources sought notice is to define the procurement strategy (e.g. set-aside, sole source, unrestricted) for a solicitation that is intended to be posted soon. Interested contractors are requested to respond by (1) identifying how their proposed product meets or exceeds the project requirements listed above; and (2) providing product literature, white papers, or capability statements that demonstrate their bona fide ability to supply such an item within the time frame described above.

In addition, please state your business size status and whether you are the manufacturer or authorized distributor of the item you propose.

Please note that NIA is particularly interested in small business sources. If you are a small business, please state the type of small business (small business; HUBZone; service-disabled, veteran-owned; 8(a); veteran-owned; woman-owned; or small disadvantaged businesses) and your 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.

The respondent must also provide their  DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc., pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements.

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 project requirement and in the capability statement /information sought paragraphs stated herein.  A cover page and an executive summary may be included but is not required.

The response is limited to ten (10) page limit.  The 10-page limit does not include the cover page, executive summary, or references, if requested.

The response must include the respondents’ technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.

All responses to this notice must be submitted electronically to the Contract Specialist.  Facsimile responses are NOT accepted.

The response must be submitted to Jeanette Russell, Contract Specialist, at e-mail address [email protected].

The response must be received on or before April 22, 2021 at 3:00 pm, Eastern Time.

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 presolicitation 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).”

Bid Protests Not Available

Similar Past Bids

Ames Iowa 19 Jul 2024 at 9 PM
Ames Iowa 05 Jun 2020 at 3 PM
Ames Iowa 08 May 2020 at 11 AM
Bethesda Maryland 11 Jul 2024 at 8 PM
Baltimore Maryland 06 Apr 2021 at 4 PM

Similar Opportunities

Arlington Virginia 28 Aug 2025 at 8 PM
Pittsburgh Pennsylvania 17 Jan 2026 at 5 AM (estimated)