SOLICITATION NOTICE
66 -- UV Laser Compatible for Carl Zeiss LSM 880 with Airyscan
- Notice Date
- 1/27/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-2016-132
- Archive Date
- 2/20/2016
- Point of Contact
- Samantha A. Kelly, Phone: 3014028855
- E-Mail Address
-
samantha.kelly2@nih.gov
(samantha.kelly2@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS / SOLICITATION COMPETITIVE Title: UV Laser Compatible for Carl Zeiss LSM 880 with Airyscan (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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. (ii)The solicitation number is HHS-NIH-NIDA-SSSA-2016-132 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85-1 dated January 4, 2016. (iv)The associated NAICS code is 334516 and the small business size standard is 500 employees. (v)The National Institutes of Aging (NIA) is driven by the goal to elucidate the molecular mechanisms of processes that contribute to age-associated changes in physiology, including diseases whose prevalence increases with age. The NIA will study long term live cell microscopy for analysis of immune signaling dynamics and high resolution spectroscopy with spectral scanning and customizable acquisition routines. NIA currently possess the LSM 880 confocal system with Airyscan by Carl Zeiss and thus requires a UV laser, specifically the UV laser (355nm 60 mW) on a brand name or equal basis, that can be integrated with the LSM 880 confocal system currently being used by NIA. (vi)The purpose of this requirement is to procure a true UV laser for continuing confocal UV laser capabilities, with the following specs listened in the "features and requirements" section below, to be integrated with the LSM 880 confocal system that is currently being used at NIA on a brand name or equal basis. Features/Requirements: Specifically, the requirements are requested for the true UV laser (or brand-name equal): 1.Coherent Genesis CX UV Laser 355nm, 60mW (brand name or equal) 2.Must be compatible and integrated with the Zeiss LSM 880 Confocal Microscope System with continuing confocal UV laser capabilities 3.Delivery within 5 weeks after receipt of the purchase order and shipping charges must be included in the quotation. 4. Field Integration at NIA for the UV laser by skilled factory trained engineers to integrate the laser into the system (vii)The anticipated period of performance for delivery is within 5 weeks after the receipt of the purchase order with field installation occurring within 3 weeks after delivery. The anticipated period of performance is beginning March 1, 2016 through May 1, 2016 with the following place of performance: Biomedical Research Center (BRC) National Institute on Aging/NIH 251 Bayview Blvd. Baltimore, MD 21224 (viii)The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix)The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Technical and past performance when combined is more important when compared to price. The Government intends to issue a firm fixed price Contract for this requirement. The technical evaluation factors are as follows, in order of importance: Evaluation Criteria: 1.Factor 1: Technical Approach The Offeror shall detail in its technical proposal how it shall meet each of the project requirements. This shall include the specifications of the offered equipment, specifically that it will be compatible with the equipment currently being used at NIA and if and how it is a brand-name or equal quotation. 2.Factor 2: Delivery The Offeror shall detail in its technical proposal how it shall meet the delivery and installation requirements. The Government shall particularly evaluate ability to meet or exceed delivery and installation schedule requirements. Quotations must include a delivery lead time and include shipping costs. (b) Award Criteria Selection of an Offeror for award will be on the basis of best value, technical factors and price considered. Technical acceptability includes an evaluation on technical factors (which encompasses experience/capability and past performance factors), and cost/price factors. Evaluation of technical acceptability will be made in accordance with the prospective Contractor's demonstrated capabilities of meeting each of the requirements as set forth in this solicitation and all applicable attachments. The merits of each proposal will be evaluated carefully. The offeror must include all specifications/services (including all brand-name or equal requirements so that the brand-name or equal status may be verified), detailed in this solicitation, in its proposal and must also include delivery lead times and well as shipping costs. Offeror(s) cost/price proposal will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques as described in FAR 15.404. A recent (12 month period) redacted invoice showing the date of the invoice and the similar or identical product description and the price that was billed, and/or a published price listing should be supplied with the quotation for price reasonableness determinations. The price quoted will be evaluated taking into consideration any price reductions. A best value analysis will be performed taking into consideration the results of the technical evaluation and price evaluation. (x)Offerors should include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. (xi)The provision at FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii)The provision at FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xiii)The provision at FAR clause 52.211-6 Brand Name or Equal, applies to this acquisition. (xiv)The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv)Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling EACH of the requirements described in this solicitation. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. A redacted invoice which is an edited version of an invoice issued within 12 months of this solicitation, with details of similar or identical items should be supplied and or a published price listing should be supplied for price reasonableness determinations. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." Questions regarding this combined synopsis/solicitation must be received in this office, to the email address supplied below, by 8:00AM (EST) on January 29, 2016. All offers must be received by 8:00AM (EST) on February 5, 2016 and must reference number HHS-NIH-NIDA-SSSA-2016-132. Responses must be submitted electronically to Samantha Kelly, Contract Specialist at Samantha.Kelly2@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-2016-132/listing.html)
- Record
- SN04001868-W 20160129/160127233949-33b177871c4dfb79110c92679aa8593c (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 |