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 under the NAICS Code 334516 - Analytical Laboratory Instrument Manufacturing, 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).
Statement of Need and Purpose: The Genetic Engineering and Viral Vector Core (GEVVC) provides support to the National Institute on Drug Abuse Intramural Research Program (NIDA-IRP) by developing and producing genetic tools capable of modulating and monitoring the molecules, cells, and circuits in the mammalian nervous system. These tools are employed by researchers within the NIDA-IRP to study brain function under physiological and pathological conditions. GEVVC's mission to produce develop new genetic tools, viral vectors, and cell lines requires the ability to characterize the sequences of nucleic acids at the single molecule level observe living cells by brightfield and epifluorescence microscopy.
Purchase Description: NIDA requires a brand-name or equal Integrated digital inverted fluorescence microscope - Leica Mateo.
Salient characteristics: NIDA requires the following brand-name or equal salient characteristics:
Imaging station must be able to:
- Take microphotographs using inverted objectives (objectives “look up” from beneath the sample).
- Capture and process images without a separate PC.
Provide estimates on cell density and transfection efficiency.
- Work with SBS-style tissue culture plates (i.e. 96-well, 12-well, 6-well plates)
Work with 150mm round culture dishes
- Use brightfield illumination with phase contrast
- Use fluorescent illumination with light cubes and or filter sets for DAPI, GFP, mCherry, and iRFP wavelengths.
- Accept SBS-style tissue culture plates (i.e. 96-well, 12-well, 6-well plates) as well as 150mm round culture dishes.
- Image cells with 4x, 10x, and 20x power magnification
- Export images to USB storage device
- Export images to networked storage device
- Maximum Dimension (depth x width x height) = 400 x 400 x 625 mm
Quantity: NIDA-IRP requires the following brand name or equal items:
- One (1) EVOS M5000SV, 2Y REX WARR [Catalog No. A65468]
The EVOS M5000 Imaging System includes:
18.5in articulated LCD color monitor, 1920 x 1080 pixel resolution
Embedded PC with 4 GB RAM
EPI Axis Shipping Restraint Block
Cube Access Tool
Light Cube Blank
Manual Stage with Stage View (proprietary tracking functionality of stage locations through software)
Manual Stage Quick Release Pin
EVOS Condenser Light Shield
EVOS M5000 Accessory Kit
EVOS M5000 Collateral Pack
EVOS M5000 SV, Imaging System, 2Y Rapid Exchange warranty coverage, SmartStart
- One (1) EVOS M5000 IMAGING SYSTEM INSTRUMENT [Catalog No. AMF5000SV]
- One (1) RAPID EXCHANGE, EVOS M5000 [Catalog No. ZGEXSCE VOSM5000]
- One (1) DIGITAL SMARTSTART, EVOS M5000 [Catalog No. A40109]
- One (1) OBJ FL 40X LWDPH 0.65NA/1.79WD [Catalog No. AMEP4983]
- One (1) EVOS FL PH OBJ BUNDLE 4X/10X/20X LWD FLUORITE OBJS [Catalog No. AMEP5010]
- One (1) EVOS LIGHT CUBE, DAPI 2.0 [Catalog No. AMEP4950]
- One (1) EVOS LIGHT CUBE, GFP 2.0 [Catalog No. AMEP4951]
- One (1) EVOS LIGHT CUBE, TEXAS RED 2.0 [Catalog No. AMEP4955]
- One (1) LED LIGHT CUBE, CY5.5 2.0 [Catalog No. AMEP4973
- One (1) Warranty and or Maintenance agreement for 12 months
- Up to Four (4) Options for extended service contract and supplies
Delivery Date: Within 60 days ARO
Capability Statement /Information Sought:
Companies that believe they possess the capabilities to provide the required products or services 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.
Submission Instructions:
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 Contracting Officer Identified below. The response must be received on or before July 30, 2025, at 3:00 pm EST. Facsimile responses are NOT accepted.
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).”
Closing Statement: THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice.
A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.
Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Unique Entity ID (UEI), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.
All responses must be received by the closing date and time of this announcement and must reference the solicitation number, 75N95025Q00213. Responses must be submitted electronically to Llakim Dubroff, Contract Specialist, at Llakim.Dubroff@nih.gov U.S. Mail and Fax responses will not be accepted.