SOLICITATION NOTICE
66 -- Zeiss Axiobserver, 3D Correlative and Reconstruction System
- Notice Date
- 8/5/2016
- Notice Type
- Presolicitation
- 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-NOI-2016-614
- Archive Date
- 9/6/2016
- Point of Contact
- Pamela J. Daugherty, Phone: 3014802467
- E-Mail Address
-
pamela.daugherty@nih.gov
(pamela.daugherty@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Station Support and Simplified Acquisitions (SSSA) Branch intends to solicit by a request for quotation from Carl Zeiss Microscopy, LLC. for award on or around August 25, 2016. The purpose of this purchase order will be to provide the National Institute on Drug Abuse (NIDA) with new a new microscope that will enable 3D correlative and reconstruction system, while being able to interface with previously existing Carl Zeiss microscopes. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS The intended procurement is classified under NAICS code 334516 with a Size Standard of 1,000 employees. This acquisition is NOT set aside for small businesses. REGULATORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. FAR Subpart 13.106-1 (b) Soliciting from a single source provides that: For purchases not exceeding the simplified acquisition threshold, Contracting officers may solicit from one source IF the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name OR industrial mobilization). The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-85 dated August 5, 2016. DESCRIPTION OF REQUIREMENT PURPOSE AND OBJECTIVES: The National Institute on Drug Abuse (NIDA) Electron Microscopy Core requires an inverted microscopy and imaging system to perform Correlative Array Tomography (CAT) and Correlative Light and Electron Microscopy (CLEM) with an existing ZEISS Sigma VP Field Emission Scanning Electron Microscope. PROJECT REQUIREMENTS: This is a request for a 3D correlative and reconstruction system, tying together light and electron microscopy imaging with high speed multichannel and DIC imaging requirements. The system must be capable of collecting 4D datasets. In addition, the system must be equipped to image a full range of simple to complex tile and position experiments, including sample carrier and automated multiposition and tile scanning. The system must be able to set different imaging parameters for different positions in the same experiment. The system must include Correlative Array Tomography functions, including but not limited to: - Wizard-based workflow solution - Precise correlative calibration in widefield mode - Hierarchical image acquisition using full range of magnification - Automate large area selection and imaging - Registration of Correlative 3D datasets. Additionally, the system must be able to run already existing ZEN software licenses allowing Correlative Light and EM Microscopy applications. The software must be capable of creating smart experiments based on dye selection. This system must include a range of dry lenses including but not limited to 5x 1.6NA, 10x 0.45NA, 20x 0.8NA, and 40x.09NA lenses. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, Carl Zeiss Microscopy, LLC is the only vendor in the marketplace that can provide the products required by NIDA. In accordance with FAR part 10, extensive market research was conducted to reach this determination. Specifically, a sources sought notice was posted to FedBizOpps referencing the above detailed requirements and no responses were received from other vendors. Additionally, contacts with knowledgeable individuals both in industry and Government, as well as reviews of available product literature, revealed no other sources. Finally, a review of the GSA Advantage, Dynamic Small Business Search, and previous government acquisitions returned no results that meet all of the requirements. Therefore, only Carl Zeiss Microscopy, LLC. is capable of meeting the needs of this requirement. The intended source is: Carl Zeiss Microscopy, LLC One Zeiss Drive Thomwood, NY 10594 APPLICABLE TERMS AND CONDITIONS INCORPORATED BY REFERENCE The following FAR clauses and provisions shall apply to this solicitation: 1. All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (April 2014), applies to this acquisition. 3. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (March 2015), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 4. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2016) apply to this acquisition. 5. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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." CLOSING STATEMENT THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. 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 the closing date and time of this announcement and must reference the solicitation number, HHS-NIH-NIDA-SSSA-NOI-2016-614. Responses must be submitted electronically to Pamela Daugherty, Contract Specialist, at pamela.daugherty@nih.gov. U.S. Mail and Fax responses will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-NOI-2016-614/listing.html)
- Place of Performance
- Address: 251 Bayview Blvd, Baltimore, Maryland, 21224, United States
- Zip Code: 21224
- Zip Code: 21224
- Record
- SN04211526-W 20160807/160805234626-ca051235cddd5f8b940744d47d421d23 (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 |