SOURCES SOUGHT NOTICE
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, to determine the method of acquisition, and availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality. 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. Small businesses are encouraged to respond.
For equipment/supply requirements, responses must include the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule).
Background: 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. The mission of the NIH also includes enhancing health, lengthening life, reducing illness and disability, conducting, supporting and making medical discoveries that improves and saves people’s health and lives.
The National Institute of Neurological Disorders and Stroke (NINDS) researchers of the Translational Neuroradiology Section (TNS), Viral Immunology Section (VIS), and Experimental Immunotherapeutics Unit (EIU) rely heavily on histologic work for their ground-breaking scientific discoveries. Digital auto-scanners are known for their efficiency, preservation capabilities, accessibility, and analysis features. These scanners automate the process of scanning slides, saving time and effort while handling a higher volume of samples. By creating high-resolution digital images, they eliminate the need for physical storage space and ensure the preservation of samples for future reference. The digital format allows for easy access and sharing of slides, facilitating collaboration, and enhancing the dissemination of research findings. Moreover, the exceptional clarity and detail captured by these scanners enable preise examination of tissue samples at the cellular level, supporting detailed analysis, such as staining quanitification and morphometric analysis. Additionally, the documentation provided by the auto-scanners ensures that all relevant data is captured and preserved, contributing to quality control of samples. Overall, digitial auto-scanners play a crucial role in enhancing efficiency, accessibility, and accuracy.
Purpose and Objectives: In our fast-paced research environment, histology is not only a major aspect of our high-impact research, but can be time consuming with inconsistencies between users. The acquisition of a digital automatic microscope slide scanner will improve workflow and provide reliable reproducibility.
Project requirements:
Hamamastu, NanoZoomer S20 Digital Automatic Slide Scanner or Equal
(Item # C16300-01-BF-KIT)
Inclusive of the following components:
FAR 52.211-6, Brand Name or Equal (Aug 1999) is applicable to this Sources Sought
Notice.
Salient Characteristics:
Anticipated period of performance: The contractor shall deliver and install the required equipment within thirty (30) days after receipt of order. Delivery must be FOB Destination and must include inside installation. The equipment shall be delivered and installed between the hours of 8:00am and 5:00pm, Bethesda, MD local prevailing time, Monday through Friday. Delivery must be Freight on Board (FOB) Destination and include inside delivery. The equipment shall be delivered and installed in coordination with the NINDS personal [to be named at time of award] at the time the equipment is ready to be shipped.
Other important considerations: The Contractor shall warrant that the equipment will be free from defects for a period of at least 12 months from the date of installation, inspection by the Government, and acceptance.
In case domestic sources are available and capable of fulfilling the Government’s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR 25.
Capability statement /information sought.
Companies that believe they possess the capabilities to provide the required products should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately. Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents’ technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.
Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) 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.
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 and 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.
All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted.
The response must be submitted to Sneha Singh, Contract Specialist at e-mail address [email protected].
The response must be received on or before Thursday, July 18, 2024, 9:00 AM, 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 www.sam.gov. 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).”