The RFP Database
New business relationships start here

Confocal Micrscope Market Research


California, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

National Aeronautics and Space Administration (NASA) Ames Research Center (ARC) is hereby requesting information under this sources sought to determine whether or not there are interested, qualified, and available providers to meet the identified requirement.


This sources sought is issued for information and market research purposes, to allow industry the opportunity to verify reasonableness and feasibility of the requirement, and to promote competition. This announcement does not constitute a Request for Quotation (RFQ) or a Request for Proposal (RFP) and is not a promise to issue one in the future. Please do not request a copy of the solicitation, as no solicitation exists at this time.


NASA/ARC is interested in the acquisition of a confocal microscope with the following salient characteristics:
• Laser fluorescence sources and detection systems for 4 wavelength emission spectra (representative fluorophores: DAPI, FITC, Cy5, Cy7).
• Phase contrast and differential interference contrast (DIC) or equivalent filters
• Objectives spanning 5x-60x and including 5x, 10x, 20x, 60x magnifications
• Hardware autofocus
• Oil immersion high magnification objective (~60x)
• Air objective high NA (40X, 0.9-0.95NA)
• Live cell imaging capacity
• Full enclosure for live cells with controlled temperature and gas composition
• Possibility to change gas proportions in the live cell enclosure, including changing CO2 and oxygen concentration
• Capacity for keeping live cells in the enclosure with repeated imaging for at least 24 hours.
• Imaging capacity for microscope slides, chamber slides, 35mm dishes and plates, including 96 and 384 well plates from various manufacturers
• Automated high throughput imaging of 96-well plates
• Automated imaging and "stitching" of a large area across multiple fields of view
• Multiposition visitation and stage navigator
• At least two highly sensitive GaAsp detectors
• At least one PMT detector
• Fast image deconvolution to increase the resolution
• Image deconvolution using video card
• Image output including TIFFs as well as proprietary software files
• Software platform that includes dye finder
• Workstation with monitor and thunderbolt connection capability.
• Optical table and compressor for confocal stability.
• Two on-site installation services; second will be optional
• Two on-site training sessions; second will be optional
• Service contract for at least 3 years in addition to warranty year.


ARC is seeking information from companies potentially capable of meeting the requirements as described above. The Government reserves the right to consider a Small, 8(a), WOSB, SDVOSB, or HUBZone business set-aside based on responses received.


Companies with the ability to meet the Government's requirements may respond.
All interested parties may submit company and product literature, no longer than 5 pages, and/or other pertinent information. Respondents to this Sources Sought announcement capable of manufacturing these items should at a minimum provide the following information for review.


(1) Company name


(2) Corporate point of contact


(3) Phone number


(4) Email address


(5) Website


(6) Business size (and any socio-economic considerations such as 8a, Service Disabled Veterans-Owned, HubZones, and Women-Owned small business)


(7) NAICS code (Please indicate if you are small business under this NAICS code)


(8) Cage Code


(9) Does your company have an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder. If yes, are the referenced items/solutions available on your schedule/contract?


(10) Brief synopsis of company's technical capability and capacity to manufacture the item


(11) Expected delivery schedule for each item (in days after award)


(12) Please state whether the company will be the actual manufacturer of the items or if it will subcontract all or a portion of the requirement


The Government may contact sources sought respondents for clarification on the information submitted.


Questions regarding this sources sought should be submitted in writing by email only to Mia Blessing at email m.t.blessing@nasa.gov NLT Friday, July 19, 2019 at 5pm PST. Interested firms are requested to submit their response to this sources sought through the FBO.gov system. Telephone responses will not be accepted. The requirements and procedures for submission are found in the FBO Vendor User Guide located on the FBO webpage at: https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. Submissions shall be compatible with and accessible using Microsoft Office or Adobe Acrobat software applications. When submitting questions or responding to the sources sought, reference Sources_Sought_Microscope --- Confocal Microscope Market Research.


This sources sought is subject to review or cancellation at any time and is not to be construed as a commitment by the Government to enter into a contract for any supply or service. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. The Government will not pay for the information submitted in response to this request and respondents will not be notified of the results.


Please note that not responding to this sources sought does not preclude participation in any future RFP or RFQ, if any is issued. If a firm requirement is developed and a solicitation is issued, the solicitation will be made available on the Federal Business Opportunities (FBO) website (www.fbo.gov). It is the responsibility of offerors and interested parties to monitor the Internet site for the release of the solicitation and amendments, if any and will be responsible for downloading their own copy of the documents. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html.


ational Aeronautics and Space Administration (NASA) Ames Research Center (ARC) is hereby requesting information under this sources sought to determine whether or not there are interested, qualified, and available providers to meet the identified requirement.


This sources sought is issued solely for information and market research purposes only and to allow industry the opportunity to verify reasonableness and feasibility of the requirement, as well as promote competition. This announcement does not constitute a Request for Quotation (RFQ) or a Request for Proposal (RFP) and is not a promise to issue one in the future. Please do not request for a copy of the solicitation, as no solicitation exists at this time.


NASA/ARC is interested in the acquiring of a confocal microscope with the following salient characteristics.


The confocal microscope must meet the following requirements:
• Laser fluorescence sources and detection systems for 4 wavelength emission spectra (representative fluorophores: DAPI, FITC, Cy5, Cy7).
• Phase contrast and differential interference contrast (DIC) or equivalent filters
• Objectives spanning 5x-60x and including 5x, 10x, 20x, 60x magnifications
• Hardware autofocus
• Oil immersion high magnification objective (~60x)
• Air objective high NA (40X, 0.9-0.95NA)
• Live cell imaging capacity
• Full enclosure for live cells with controlled temperature and gas composition
• Possibility to change gas proportions in the live cell enclosure, including changing CO2 and oxygen concentration
• Capacity for keeping live cells in the enclosure with repeated imaging for at least 24 hours.
• Imaging capacity for microscope slides, chamber slides, 35mm dishes and plates, including 96 and 384 well plates from various manufacturers
• Automated high throughput imaging of 96-well plates
• Automated imaging and "stitching" of a large area across multiple fields of view
• Multiposition visitation and stage navigator
• At least two highly sensitive GaAsp detectors
• At least one PMT detector
• Fast image deconvolution to increase the resolution
• Image deconvolution using video card
• Image output including TIFFs as well as proprietary software files
• Software platform that includes dye finder
• Workstation with monitor and thunderbolt connection capability.
• Optical table and compressor for confocal stability.
• Two on-site installation services; second will be optional
• Two on-site training sessions; second will be optional
• Service contract for at least 3 years in addition to warranty year.


Organizations having the capabilities necessary to meet or exceed the stated requirements are to submit a response to this sources sought. ARC is seeking capability statements from all interested parties, including but not limited to educational, industrial, and not-for-profit organizations, Small, Small Disadvantaged (SDB), 8(a), Woman-Owned (WOSB), Veteran Owned (VOSB), Service-Disabled Veteran Owned (SDVOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business participation. The Government reserves the right to consider a Small, 8(a), WOSB, SDVOSB, or HUBZone business set-aside based on responses hereto.


Questions regarding this sources sought should be submitted in writing by email only to Mia Blessing at email m.t.blessing@nasa.gov NLT Wednesday, July 17, 2019 at 5pm PST. Interested firms are requested to submit their response to this sources sought through the FBO.gov system. The requirements and procedures for offer submission are found in the FBO Vendor User Guide located on the FBO webpage at: https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. Submissions shall be compatible with and accessible using Microsoft Office or Adobe Acrobat software applications. When submitting questions or responding to the sources sought, reference Sources_Sought_Microscope --- Confocal Microscope Market Research.


This sources sought is subject to review or cancellation at any time and is not to be construed as a commitment by the Government to enter into a contract for any supply or service. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. The Government will not pay for the information submitted in response to this request and respondents will not be notified of the results.
Please note that not responding to this sources sought does not preclude participation in any future RFP, if any is issued. If a firm requirement is developed and a solicitation is issued, the solicitation will be made available on the Federal Business Opportunities (FBO) website (www.fbo.gov). It is the responsibility of offerors and interested parties to monitor the Internet site for the release of the solicitation and amendments, if any and will be responsible for downloading their own copy of the documents. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html.


 


Mia Blessing, Contracting Officer, Phone 6506046585, Email m.t.blessing@nasa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP