SOLICITATION NOTICE
66 -- Chameleon Ultra II Laser System
- Notice Date
- 1/12/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334413
— Semiconductor and Related Device Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- NHLBI-PB-EB-2010-61-JKS
- Archive Date
- 2/6/2010
- Point of Contact
- Jennifer Schlegel, Phone: (301) 435-0345
- E-Mail Address
-
schlegeljk@mail.nih.gov
(schlegeljk@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Reference Number: NHLBI-PB-EB-2010-61-JKS Title: Chameleon Ultra II Laser System THIS IS A COMBINED SYNOPSIS / SOLICITATION NOTICE. This is a combined synopsis / solicitation for commercial items, prepared in accordance with the format of FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The reference solicitation number is: NHLBI-PB-EB-2010-35-JKS. This solicitation is issued as a request for quotation (RFQ). This acquisition is being conducted under the procedures in accordance with FAR 13.3 Simplified Acquisition Methods, and FAR Part 13.5 The resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 2005-038. The total contracted dollar amount, including options will not exceed $5 million. The acquisition is being conducted as a full and open competition with no restrictions. The North American Classification System (NAICS) code applicable to this requirement is 334413 and the associated small business size standard is 500 employees. The National Institutes of Health (NIH), National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisition (OA), for the National Institute of Biomedical Imaging and Bioengineering (NIBIB), intends to award a fixed priced purchase order for the purchase of Biological Products listed below. The Government’s anticipated delivery date is five (5) days after receipt of purchase order. The Government’s acceptance terms and FOB point are the National Institutes of Health, National Heart, Lung, and Blood Institute (NHLBI), Bethesda, Maryland. The purpose of the proposed acquisition is for the National Heart, Lung, and Blood Institute for the National Institute of Biomedical Imaging and Bioengineering (NIBIB) to negotiate and award a brand name or equal justified contract on an un-restricted, competitive basis for Chameleon Ultra II Laser System. Qualified organizations that can provide a Chameleon Ultra II Laser System to the National Institute of Biomedical Imaging and Bioengineering (NIBIB) are needed. This system is a tunable two photon laser source for a widefield two photon excitation scope and a multiphoton selective plane illumination microscope (SPIM) is required. For both applications, the source must provide as high an output power as possible, in order to achieve the maximum two-photon excitation efficiency. The laser must also be wavelength tunable over a broad range, in order to ensure to properly photoactivate and then excite the fluorescently-labeled samples. The Chameleon Ultra II is the only laser that satisfies these requirements, as it is tunable over a broad spectral range (680-1080 nm), and offers more power than competing vendors. The Chameleon Ultra II meets the following required specifications: Performance Specifications -Output average power specification required is >3.3 Watt at peak of Ti:S curve, with a tuning range of 680nm to 1080nm range. Capabilities are required across this entire tuning range to cover our current and future experiments. -Capability for rapid wavelength changes, 40 nm/sec. -Beam quality to specified as M2<1.1 to ensure tightest focusing capability -Beam shape specified as better than (i.e. smaller range) ellipticity = 0.9-1.1. A round beam ensures more efficient coupling of light from the laser into the microscope and minimal astigmatism. -Minimum tuning range required is 680nm-1080nm inclusive without operator adjustments other than request of wavelength. System to tune through atmospheric absorption bands > 900 nm without requirement of external gas purge. -Pulse width approximately 140fSec, important for minimizing dispersion in applications. -System shall have the lowest noise specifications to provide optimal images. A noise spec of 0.5%, or less, is required. Design -Optimized pulse width for maximum multi-photon excitation in a typical confocal microscope. Pulse width must typically be between 120-140fSec across the full tuning range to minimize optical pulse stretching (also called “dispersion” or “chirp”) in the laboratory’s microscope and thus give minimum pulse width and highest peak power and highest multi-photon conversion efficiency at the sample. In order to assure minimum chirping, output pulse must be very close to the bandwidth limit. Systems with pulse width under 100fSec are unacceptable because they have too much bandwidth and thus exhibit large pulse chirping. Typically these short-pulse systems attempt to use excess average power to make up for pulse stretching; however, excess average power will induce more photo-damage in the laboratory’s biological samples. To further ensure minimum pulse chirp, pulse width must be actively controlled and optimized across full tuning range. -Hermetically-sealed construction. Diode pumped laser systems generally degrade due to optical contamination from dust and solvents present in the lab. It is required that the system be hermetically sealed to provide long life and minimal downtime. Required for hermetic sealing is no exchange of gas, or dust from the lab, as evidenced by no light leakage from the interior cavity. -Permanent alignment of head. The laboratory focus is on laser microscopy, as opposed to basic laser research. It is required that the design of the laser be of permanent alignment, with no ports for dist invasion, and no field alignment requirements in order to meet project deadlines. -Design that minimizes downtime. The Ti:S oscillator cavity must be constructed with a single-tuning-element design to eliminate all needs for adjustment, optimization, or cleaning the system. System must include a closed-loop air filtration and recirculation unit to ensure that the cavity is free from out-gassing components, micro-dust particles, and water vapor. System must be able to maintain less that 1% humidity at all times without external purging or other intervention. -User-replaceable pump diodes. Because pump diodes are the single greatest maintenance cost, diodes must be user replaceable and can be changed without the involvement of the laser head, or disturbance of any kind to the experimental set up. Disruptions of this kind, for example, to re-thread the optical fiber through the umbilical can be avoided. -Low noise. Amplitude noise of the system is critical in many small signal applications. Thus the Ti:S is pumped by a single-frequency/single-longitudinal mode pump source so that the noise spectrum will be free of chaotic noise behavior characteristic of multimode pump sources. -Integrated spectrometer. System has an onboard spectrometer capable of monitoring wavelength and bandwidth of Ti:S laser. Spectrometer to be addressable via USB. -Ultra-quiet Chiller. System has a chiller that is all solid-state design. Freon pump-type refrigeration units should not be acceptable as they are noisier and create greater waste heat and mechanical vibrations. Furthermore, the chiller has the capability to be remoted up to 8 meters away for ultimate noise/heat suppression. -System Control. System should be user controllable either via RS232 or via the panel interface located on the power supply. The provisions of FAR Clause 52.212-1, Instructions to Offerors-Commercial Items is applicable to this acquisition. The provisions of FAR Clause 52.212-2, Evaluation - Commercial Items are applicable to this acquisition. The Government will evaluate the quotes using the following criteria: 1)Compliance with the functional technical specifications of the required instrument, and 2) the requested delivery date. The Offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The Offeror must include in its quote, the unit price, the list price, shipping and handling cost, the delivery date, prompt payment discount terms, the F.O.B. point (Destination or Origin), and provide descriptive literature inclusive of specifications as part of the quotation. The DUN and Bradstreet Number (DUNs), the Taxpayer Identification Number (TIN), and the business size. NOTE: The Offeror must be registered in the Government’s Central Contractor Registry (CCR) System, which is available at www.ccr.gov, in order to receive an award from the NIH, NHLBI. The FAR Clause 52.212-5(a), 52.212-5(b)(19), 52.212-5(b)(20), 52.212-5(b)(22), 52.212-5(b)(23), 52.212-5(b)(24), 52.212-5(b)(39), 52.212-5(c)(6), 52.212-5(d), 52.212-5(e), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - apply to this acquisition. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Offers are due on January 22, 3:30 p.m. EST at the National Heart, Lung and Blood Institute, Office of Acquisitions, Procurement Branch, 6701 Rockledge Drive, Room Number 6136, Bethesda, Maryland 20892-7902. The electronic transmission must reference the solicitation number: NHLBI-PB-(EB)-2010-61- JKS. Attention Jennifer Schlegel, Contract Specialist, (301) 435- 0343. Quotations may be submitted electronically to schlegeljk@nhlbi.nih.gov. Faxed copies will not be accepted. All responsible sources may submit a quotation/proposal, which if timely received, shall be considered by the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-PB-EB-2010-61-JKS/listing.html)
- Place of Performance
- Address: NIH, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02040150-W 20100114/100112234620-0661cbd827be0abc6969d857d95482cf (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |