Contact Points
The optical table from TMC has salient features which are important for our research purpose. In addition to the optical table from
TMC, we also considered optical table from Newport (RS2000 Optical Table Top (newport.com)) and Thorlabs (Optical Table and Active Isolator Leg Bundles (thorlabs.com)). Although the optical table from Newport and Thorlabs can potentially be used with our multi -photon microscope, but they are not ideal for our application for the following reason:
(1) Newport does not provide installation supervision service, also price is higher than TMC $1781.72.
(2) Thorlabs’ optical table lead time is longer than TMC at least 6 weeks, we would like to have optical table installed before the purchased multi photon microscope is delivered.
The unique features of optical table from TMC will allow the lab to perform measure calcium dynamics of the MEC neurons while observing their structural and molecular properties at the subcellular level ideally.
The Spatial Navigation and Memory Unit needs a 5 feet x9 feet optical table to perform studies focusing on the synaptic plasticity in the medial entorhinal cortex (MEC) during spatial learning. Specifically, the optical table will carry a multiphoton microscope, two fixed-wavelength (920 nm and 1064 nm) compact femtosecond lasers, and a mouse virtual reality setup. This combined system will be used to simultaneously image the distribution of synaptic proteins and calcium dynamics of the MEC neuron during behavior.
The experiments in the laboratory plans to use in vivo multi-photon imaging approach to measure calcium dynamics of the MEC neurons while observing their structural and molecular properties at the subcellular level. The laboratory purchased a multiphoton laser scanning microscope system and lasers to achieve the above measurement. For this microscope system, the laboratory will require an optical table. The collected data using the entire system are important to understand the synaptic plasticity of the MEC in spatial learning.
Interested parties may identify in writing their interest and capability in response to this requirement. 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 Dun & Bradstreet Number (DUNS), 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 closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.
All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.