Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 24, 2016 FBO #5327
SOLICITATION NOTICE

66 -- Confocal Microscope Imaging System

Notice Date
6/22/2016
 
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, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-2016-355
 
Archive Date
7/21/2016
 
Point of Contact
Andriani Buck, Phone: 3014021677
 
E-Mail Address
andriani.buck@nih.gov
(andriani.buck@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Title: Confocal Microscope Imaging System 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. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-2016-355 and the solicitation is issued as a request for proposal (RFP). 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 expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005- 87-2, dated April 6, 2016. This acquisition is unrestricted. The associated NAICS code is 334516 and the small business size standard is 500. Background The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), conducting research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. A major part of the research activities within the NINDS Division of Intramural Research (DIR) critically depends on confocal imaging microscopy. The Neuroscience Light Imaging Facility (LIF) is a core facility that has eight (8) confocal microscope systems. NINDS LIF provides all scientists in NINDS as well as other investigators in the Porter Neuroscience Center, access to state-of-the-art light imaging equipment and expertise in light imaging techniques. Training and assistance in a variety of light microscopic techniques including laser scanning confocal microscopy, video microscopy and digital image analysis also is provided. Its primary purpose is to provide scientists with access to microscopes for imaging fluorescent specimens such as brain slices or cells grown in vitro. Providing investigators with access to state-of-the-art confocal instruments is crucial to the NINDS mission. NINDS plans to procure a new confocal microscope for the LIF to replace a microscope slated for retirement in 2016. Objective The purpose of this procurement is to acquire a confocal microscope to place in the NINDS LIF for use by NINDS scientists for imaging experiments. Confocal microscopes are the most versatile of the available platforms for fluorescent imaging and have the advantage over wide field microscopes in providing real-time optical sectioning and improved resolution. The specific aim of this acquisition is to obtain a confocal microscope with improved sensitivity compared to the existing instruments in the NINDS LIF in order to allow imaging with lower levels of laser illumination and for longer periods of time. Project Requirements: The NINDS LIF requires one (1) confocal microscope to replace a Zeiss Model LSM510 confocal microscope (inverted) slated for retirement in 2016. Contractor may include a trade-in value for one (1) LSM 510 microscope (inverted). The new confocal microscope shall meet the following minimum specifications: A.Inverted microscope with DIC optics B.At least two highly sensitive detectors (Gallium arsenide phosphide- GaASP, or equivalent) C.Multi-channel tunable configuration with at least four variable custom detection windows and the ability to capture at least four color channels (including blue, green, red and far-red) by line-by-line wavelength switching (switching by frame is not acceptable) D.Four lasers (405, 488, 561 and 633 or equivalent) E.Multi-channel tunable configuration with custom detection windows F.Fully motorized microscope and scanning stage G.10 X Plan Neofluar and 20 X NA 0.8, 40 X NA 1.3 and 63 X NA 1.4 Plan- Apochromat objectives. DIC sliders for 40 X and 63 X objectives H.Freely rotatable scan field, and free X-Y offset for cropping I.At least ten different scan speeds, absolute linear scanner movement, and online fully automatic scanner calibration J.Software program that fully integrates acquisition, tiling and stitching, multi-position and multi-well image acquisition with custom regions of interest K.Full year warranty and three (3) years extended warranty (four years total) Delivery and Training Requirements The Contractor shall deliver and install the required equipment within twelve (12) weeks after receipt of order. Delivery must be FOB Destination and must include inside installation. The equipment shall be delivered and installed between the hours of 8:00am and 5:00pm, Bethesda, MD local prevailing time, Monday through Friday. On-site customer training in the use of the equipment is also required. Training shall be for up to six (6) individuals and shall have a duration of at least six (6) hours. Training must be at the customer site within two (2) weeks of equipment installation. Training shall take place between the hours of 8:00am and 5:00pm, Bethesda, MD local prevailing time, Monday through Friday. Place of Performance The required equipment shall be delivered and installed inside at the NIH Main Campus, Room 2B1016, Building 35, located at 35 Convent Drive, Bethesda, MD 20892. Contract Type A firm fixed price purchase order is anticipated. Warranty Contractor shall provide a one (1) year warranty with three (3) years extended warranty on all equipment, parts and repairs. All products shall be warranted to be free from material defects in workmanship or material under normal use and service for warranty period. Light bulbs, power cables, cover slips, electronic media and other consumable items used by or with the products as well as products subject to unusual physical or electrical stress or improper maintenance may be excluded from warranty. FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. FAR clause 52.212.-2, Evaluation - Commercial Items, is applicable to this requirement. (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. The following factors shall be used to evaluate offers: The government will award a purchase order resulting from this solicitation on the basis of best value, technical factors, past performance and price considered. Technical factors and past performance shall be considered more important than price. However, the government reserves the right to award to the offeror who represents the best value for the government. The technical evaluation factors are as follows, in order of importance: 1)Factor 1: Equipment Capability The Contractor shall detail in its technical proposal how it shall meet each of the project requirements. Technical approach shall be evaluated for the ways in which the proposed equipment meets or exceeds the equipment specification requirements. Exceeding requirements shall be considered favorably, as shall the ability to upgrade the proposed confocal microscope system with a Zeiss AiryScan detector (or equivalent) in the future if desired. 2)Factor 2: Equipment Warranty and Maintenance Coverage The Contractor shall detail in its technical proposal the terms and conditions for its proposed warranty and maintenance coverage. The proposed approach shall be evaluated for the ways in which it meets or exceeds the equipment warranty specifications. 3)Factor 3: Delivery, Installation, and Training The Contractor shall detail in its technical proposal how it shall meet the delivery, installation, and training requirements. Past performance shall be demonstrated by providing reference as evidence of timely delivery, installation and training on the same or similar equipment. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. FAR Clause 52.237-2, Protection of Government Buildings, Equipment and Vegetation (May 2014) The following Contracting Officer's Representative (COR) will represent the Government for the purpose of this contract: TBD at time of award The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. [The alternate COR is responsible for carrying out the duties of the COR only in the event that the COR can no longer perform his/her duties as assigned.] The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; (5) otherwise change any terms and conditions of this contract; or (6) sign written licensing agreements. Any signed agreement shall be incorporated by reference in Section K of the contract The Government may unilaterally change its COR designation. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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. 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." All responses must be received by July 6, 2016 at 8:00 am EST and must reference number HHS-NIH-NIDA-SSSA-CSS-2016-355. Responses may be submitted electronically to andriani.buck@nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), 31 Center Drive, Building 31, Room 1B59, Bethesda, Maryland 20892-2080, Attention: Andriani Buck. Fax responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-2016-355/listing.html)
 
Place of Performance
Address: NIH Main Campus, Room 2B1016, Building 35, located at 35 Convent Drive, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04157913-W 20160624/160622234350-3a4cdc344c0ac789d1e3cc077373a679 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.