SOLICITATION NOTICE
65 -- Leica STED SP8 Microscope System Upgrade
- 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-2016-804
- 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-2016-804 and the solicitation is issued as an 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. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Institute of Nuerological Disorders and Stroke intends to negotiate and award a Purchase Order without providing for full and open competition (Including brand-name) to Leica Microsystems for Leica STED SP8 Microscope System Upgrade. This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items and 13.501 Special documentation requirements and the authority of 41 U.S.C. 1901 and the statutory authority of FAR 6.302-1(ii)(A). Pursuant to FAR Subpart 13.501 (a) (1) (iii) the justification (excluding brand name) will be made available within 14 days after contract award or in the case of unusual and compelling urgency within 30 days after contract award. Pursuant to FAR Subpart 13.501 (a) (1) (iv) the rationale for the brand name justification is this is an upgrade to an existing laser and the upgrade kit is proprietary to Leica Microsystems. (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 1000 employees. This requirement is a sole source procurement with no set aside restrictions. (v)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. The Synaptic Transmission Section (STS) aims at understanding how vesicle exo- and endocytosis, two key processes mediating the presynaptic component of synaptic transmission, are mediated and regulated. STS studies vesicle exocytosis, vesicle endocytosis, and their roles in synaptic plasticity. In particular, STS studies at the molecular level how the vesicle fuses to generate a fusion pore to control transmitter release, how the fused vesicle merges with the plasma membrane, how the fusion pore is closed, and how the endocytosis, including curvature formation, omega-profile formation, fission, and vesicle pinch off, is initiated and mediated. STS is conducting exocytosis experiments with an existing Stimulated Emission Depletion (STED) SP8 microscopy system. STED SP8 microscope system upgrade is required to simultaneously image and view individual vesicle fusion events on 3 or more STED channels. The purpose of this acquisition is to upgrade the STS's existing 3D STED microscope system with an additional laser line (448nm) to image live cultured cells and neurons at high speed and high resolution with multiple proteins The Contractor shall provide the NINDS STS with one (1) upgrade of a Leica STED SP 8 microscope system as follows: QuantityItem Number Description 1158009165Continuous Wave (CW) laser integration for White Light Laser (WLL) Kit Optical, mechanical and electronic components required to integrate cw laser lines to STED SP8 X. 1158009423Upgrade Laser Kit V Upgrade STED SP8 microscope with continuous wave laser "Violet" emitting at 442 nm. (vii)Delivery is to be made within 90 days after receipt of award. (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 on the basis of lowest price technically acceptable. Technically acceptability shall be based on the following: 1.Contractor must meet or exceed each of the project requirements detailed in this solicitation 2.Contractor proposal must include a one (1) year warranty, inclusive of technical assistance, repairs and installation provided by an OEM service technician. 3.Contractor must confirm the ability to meet or exceed the period of performance/delivery and installation requirements (within eighteen weeks after purchase order issued). (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. (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. There are none. (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. Respondents that believe that they are manufacturers or authorized resellers 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 and reference number HHS-NIH-NIDA-SSSA-CSS-2016-804. 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-2016-804/listing.html)
- Place of Performance
- Address: National Institutes of Health, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04272535-W 20160916/160915000144-b810d7214db2cc6667a3aaa616463617 (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 |