NOTICE OF INTENT NINDS 25-002392

Submitted by patelsnv on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Imaris Software Upgrade
Contracting Office
National Institute of Neurological Disorders and Stroke (NINDS)

Contact Points

Primary Contract Specialist

ELAINE
ESTRELLA
elaine.estrella@nih.gov
NAICS Code Number
334519
Other Measuring and Controlling Device Manufacturing
Small Business Size Standard
OTSB
FPDS Classification Code
DA10
Estimated Period of Performance
One Year from date of purchase
Delivery of Goods
NINDS BLDG 35 RM 2A-211
Set-Aside Status
Not Set Aside
Competition Status
Brand Name Only
Vendor Name
ANDOR TECHNOLOGIES, INC
Address
300 BAKER AVE STE 150
CONCORD, MA 01742-2124
Single-Sole Source Determination
Andor Technology is the only vendor that provides the Imaris license and there are no other emerging market that meets government requirement.
Background/Description of Requirement

The National Institute of Neurological Disorders and Stroke (NINDS) is part of the NIH and researches the causes, treatment, and prevention of neurological disorders and stroke. Its mission is to seek fundamental knowledge about the brain and nervous system and use that knowledge to reduce the burden of neurological disease.

The NINDS Viral Immunology and Intravital Imaging Section (VIIIS) owns the license of Imaris; all lab members use this software to analyze their images. The existing license contains the following modules: Imaris Core, MeasurementPro, Imaris Coloc, Vantage, XT, Track, and Filament Tracer. The following modules will be added to the upgrade: Imaris Cell, Batch, and ClearViewDeconvolution. The software upgrading will help sustain an uninterrupted research flow within the VIIIS.

NINDS is requesting Imaris license upgrade. The upgrade includes 12 months of Imaris maintenance. Maintenance includes access to the Imaris Support Team for online training, analysis assistance, technical support, and access to the latest versions released through the coverage period.

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.