SOLICITATION NOTICE
65 -- Upright Microscope (Fully Motorized with Optical Sectioning)
- Notice Date
- 9/14/2016
- 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 3155, MSC 9593, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-CSS-2016-805
- Archive Date
- 10/4/2016
- Point of Contact
- Brian Lind, Phone: 301-827-5298
- E-Mail Address
-
lindbj@nida.nih.gov
(lindbj@nida.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- 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-CSS-2016-805 and the solicitation is issued as a Request for Quote (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-Simplified Procedures 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 2005-89-1 dated 08/15/2016. (iv)The associated NAICS code 334516 and the small business size standard is 1000 employees. This requirement is set aside 100% for small businesses. (v)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. Glutamate is the major excitatory neurotransmitter in the mammalian central nervous system, and in addition to its central role in fast excitatory signaling it is also involved in synaptogenesis, synaptic plasticity, and the pathogenesis of certain neurologic diseases. Although glutamate acts as a neurotransmitter in all pathways of the central nervous system, the response to glutamate is not uniform at all glutamatergic synapses and varies with the type of glutamate receptor expressed on the postsynaptic membrane. In this context, the Receptor Biology Section (RBS) is interested in studying synapse-specific expression of postsynaptic NMDA and metabotropic glutamate receptors. RBS Investigators characterize the molecular mechanisms underlying neurotransmitter receptor transport and localization at the synapse using several research strategies which include (1) defining sorting motifs present in neurotransmitter receptor cytosolic domains, (2) isolating neurotransmitter receptor-associated proteins, and (3) determining the role of protein-protein interactions in trafficking and specific synapse localization. Using these cell biological approaches, Investigators aim to elucidate the mechanisms of neurotransmitter receptor trafficking in neurons and the role of accessory proteins at central synapses. Providing investigators access to a state of the art fully motorized upright microscope with optical sectioning capabilities is crucial to the mission of NINDS and RBS. The purpose of this requirement is to acquire one (1) fully motorized upright microscope with optical sectioning capabilities for imaging fixed fluorescently labeled neuronal cultures. (vi)Equipment Specifications The NINDS RBS requires one (1) fully motorized upright microscope with optical sectioning capabilities for imaging fixed fluorescently labeled slides. The equipment shall meet the following requirements: A.The system must have 10x/0.3, 20x/0.8, 40x/1.4, 63x/1.4, 100x/1.4. objective lenses. Lower numeric aperture for given magnifications will not be considered. B.The system must have a fully motorized Apochromatic microscope in reflected and transmit light, and, x,y and z dimensions C.The system must have transmitted light differential interference contrast (DIC) with magnesium fluorite coated optics for high resolution shift free imaging. D.The system must have fluorescence filter sets for a 4',6-diamidino-2-phenylindole (DAPI), green fluorescent protein (GFP), and Discosoma sp. red fluorescent protein (DsRed) and enhanced contrast filter cubes. E.The system must have a scientific grade charged coupled device (CCD) camera with 2758x2208 pixels @4.5um pixel size and 16mm chip size (monochrome). F.The system must have a structured illumination for optical sectioning in reflected light with automated and motorized apochromatic focus and automated grid assignment based on objective used for imaging. G.The system must have a LED illumination for both fluorescence and transmitted light. The system must have PC or Mac compatible software and workstation for acquisition and analysis of images, including tiling functions. (vii)The equipment is to be delivered within 14 weeks of receipt of the award and installation and training is to take place within 14 days of delivery of the equipment to NIH. (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. The Government will award a purchase order resulting from this solicitation on the basis of lowest price technically acceptable. Technical acceptability shall be based on the following: 1)The Contractor must meet or exceed each of the project requirements detailed in this solicitation. 2)The Contractor proposal must include a minimum of one (1) year warranty and technical support services. 3)The Contractor must confirm ability to meet or exceed the period of performance/delivery, installation, and training requirements (completion within 14 weeks or less). (b) 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. (x)The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi)The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii)FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Please refer to attachment number 1 for applicable provisions and clauses under the referenced FAR clause 52.212-5. (xiii)The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. The proposed equipment must be the "brand name or equal" (xiv)The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv)Respondents proposing on an equal product of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. 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 September 19, 2016 at 9:00 AM Eastern Standard Time and reference number HHS-NIH-NIDA-SSSA-CSS-2016-805. Responses may be submitted electronically to Mr. Brian Lind at lindbj@nida.nih.gov. Fax responses will not be accepted. (xvi)The name and telephone number of the individual to contact for information regarding the solicitation Mr. Brian Lind at 301-827-5298.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-CSS-2016-805/listing.html)
- Place of Performance
- Address: National Institutes of Health, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04272532-W 20160916/160915000143-1968a025e48e673f0ac2e904fbd0aaf4 (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 |