SOLICITATION NOTICE
66 -- Upright microscope configured for laser scanning confocal and multiphoton imaging
- Notice Date
- 6/29/2017
- 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, 20892-9559, United States
- ZIP Code
- 20892-9559
- Solicitation Number
- HHS-NIH-NIDA-SSSA-CSS-2017-423
- Archive Date
- 7/23/2017
- Point of Contact
- Hunter Tjugum, Phone: 301.827.5304, Nancy Lamon-Kritikos,
- E-Mail Address
-
hunter.tjugum@nih.gov, nancy.lamon-kritikos@nih.gov
(hunter.tjugum@nih.gov, nancy.lamon-kritikos@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- HHS-NIH-NIDA-SSSA-CSS-2017-423 Title: Upright microscope configured for laser scanning confocal and multiphoton imaging (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-CSS-2017-423 and the solicitation is issued as a Request for Quotation (RFQ) on a full and open competitive basis with no set-aside restrictions. 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 of $150,000.00. A fixed-price type contract is contemplated for any resulting contract entered into as a result of this solicitation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC Number/Effective Date: 2005-94,2005-95 / 01-19-2017. (iv) The North American Industry Classification System (NAICS) code for this procurement is 334516 - Analytical Laboratory Instrument Manufacturing with associated business size standard 1000 employees. (v) Background The National Institute of Mental Health Intramural Program plans and conducts basic, clinical, and translational research to advance understanding of the diagnosis, causes, treatment, and prevention of mental disorders through the study of brain function and behavior. An essential step for Investigators in the NIMH intramural program to perform is a variety of experiments that image sections of brain tissue containing fluorescent labels, which may require cellular or subcellular resolution. Experiments may require imaging of 4 or more different fluorophores in the same material. Many of the experiments require that large brain regions and multiple different brain regions be imaged as part of an experiment. In some of these experiments brains from large groups of animals need to be imaged and the labeling between different animals quantitatively analyzed. Investigators are now adopting techniques such as CLARITY, CUBIC and iDISCO and using these techniques to image tissue that is up to 4 millimeters deep. The need for high resolution imaging of multiple colors is best met by laser scanning confocal microscopy because of its ability to reject out-of-focus light and selectively excite specific fluorophores. The requirement for imaging thick tissue necessitates multiphoton imaging. Since these techniques image volumes of tissue one pixel at a time - there is a requirement for rapid scanning and for computational methods and power to work with the acquired data. Purpose and Objective: The purpose of this requirement is to obtain one (1) Upright microscope configured for laser scanning confocal and multiphoton imaging and accessories on a BRAND NAME or EQUAL basis to the Leica TCS SP8 Spectral Confocal and MP System manufactured by Leica Microsystems Inc located at 1700 Leider Lane, Buffalo Grove, IL 60089. A. Salient Purchase Description • Upright configuration microscope optimized for laser scanning confocal and multiphoton imaging • Capable of simultaneous imaging and discrimination of at least any 4 of the following fluorophores: Alexa 405, Alexa 488, Alexa 555, Alexa 594 and Alexa 647, eGFP, tdTomato, and mCherry in confocal mode • Lasers for excitation at or near 405, 488, 550, 647 nm in confocal mode • Fully compatible and ready to accept 2 beam tunable IR laser for multiphoton imaging such as Spectraphysics Insight X3 or equivalent • Conventional (galvanometer) laser scanning detection • Resonant laser scanning detection or comparable rapid acquisition mode • 5 internal detectors with at least 3 being very high sensitivity (GASP or HyD or equivalent) • 4 nondescanned detectors for multiphoton imaging, with at least 2 being very high sensitivity (GASP or HyD or equivalent) • XYZ stage for rapid acquisition of at least 1.5mm depth tissue with capacity to handle samples up to 5mm thick • Stage with galvanometer or piezo or equivalent control of Z focus, capable of full speed focus over at least 400 microns and coupling to nosepiece focus for seamless focus over at least 5mm • Software and computer hardware for image acquisition and processing of images up to at least 5 x 10 x 2 mm acquired at 1012 x 1012 pixel resolution per 20X objective field • Software and appropriate hardware for deconvolution of confocal and multiphoton images linked to acquisition software for "on the fly" processing that is able to process images up to 5 x 10 x 2 mm acquired at 1012 x 1012 pixel resolution per 20X objective field • Objectives that include 5X/NA 0.15, 10X/NA 0.4, 20X/NA 0.7, 40X/NA1.3, and 63X/NA 1.4 or equivalent with the 10, 20, 40 and 63X objectives meeting plan apo specifications. • Objectives for imaging material up to 4mm thick prepared with the CLARITY technique or equivalent, with numerical aperature near 1.0 and refractive index match adjustment • Air table to accommodate all components • Infrared and visible light blocking enclosure that permits convenient access to all components and operation of microscope with nondescanned detector adjacent to illuminated computer monitor • Installation, initial training, and ongoing user support for all components • Continued access to in person training for new users and advanced training and methods development for experienced users for the life of the instrument Product Description: Products offered must include those salient physical, functional, or other characteristics of the Leica TCS SP8 Spectral Confocal and MP System manufactured by Leica Microsystems Inc that are deemed essential in meeting the government's needs. Specifically, the following are considered essential features for this requirement: 1. All necessary hardware and software to use tunable and fixed wavelength beams simultaneously and fully compatible and ready to accept 2 beam tunable IR laser for multiphoton imaging programmed with laser tuning between Z-stacks 2. Ability to simultaneously image at least 4 of the following fluorophores, Alexa 405, Alexa 488, Alexa 550, Alexa 594, Alexa 647, eGFP, mCherry, tdTomato in confocal mode 3. Ability to image any of the above fluorophores in multiphoton mode, including at least 2 simultaneously with nondescanned high sensitivity (GASP or Hyd detectors) 4. Objectives for imaging conventional sections, such as including, but not limited to, 5X, 10X (N.A >=0.4), 20X (Plan Apo, N.A >= 0.75)., 40X (Plan Apo, N.A. >=1.3) and 63X (Plan Apo, N.A. >= 1.4). 5. Objective(s) with refractive index correction for imaging at least 4mm into tissue cleared with CLARITY or equivalent technique with numerical aperature of 0.9 or better 6. Programmable XYZ stage for rapid acquisition of images from material up to 4mm thick anywhere on at least two standard 1 x 3 inch microscope slides 7. Computer workstation and software to operate microscope and process acquired data 8. Air table to accommodate above equipment 9. Installation and onsite training in basic and advanced use of equipment. Products offered must be essentially equal to the specified supply described in this solicitation that specifically includes the following unit, P/N, quantity: Microscope Stand: DM6 CFS flex, No : 155931634, 1; Laser Safety Box DM6 CFS Quad black, No : 158006057, 1; Single objective slider, No : 15555089, 1; Optical outfit DM6 CFS incl. cond., No : 158000616, 1; Scanningstage CFS flat, No : 158004163, 1; Super Z Galvo Stage Type H, No : 158004116, 1; Insert Universal Type H SP8/SP5/SPE/LSI, No : 158004115, 1; Filter system I3, No : 15513878, 1; Filter system N2.1, No : 15513882, 1; Objectives for Microscope: HC FLUOTAR L 25x/1.00 IMM motCORR VISIR, No : 15507703, 1; motCORR control circuit board, No : 15522147, 1; Objective nosepiece H, 6pos, DM 6000 CFS, No : 15501249, 1; HC PL FLUOTAR 5x/0.15, No : 15506224, 1; Obj. HC PL APO 10x/0.40 CS2, No : 15506407, 1; HCX APO L 10x/0.30 W, No : 15506142, 1; Obj. HC FLUOTAR L 25x/0.95 W VISIR, No : 15506374, 1; Obj. HC PL APO 20x/0.75 CS2, No : 15506517, 1; Obj. HC PL APO 40x/1.30 Oil CS2, No : 15506358, 1; Obj. HC PL APO 63x/1.40 OIL CS2, No : 15506350, 1; Scan Head: Basic confocal module TCS SP8 LIAchroic, No : 158001104, 1; Scan optics module VISIR with rotation, No : 158001111, 1; Tandem scanner 8 kHz, No : 158001121, 1; SP8 LIAchroics Compact RGBV/RGTB, No : 158009434, 1; Fluorifier Disc Standard incl. analyzer, No : 158004510, 1; MP Barrier Filter Set, No : 158004512, 1; SP Channel 05, No : 158001350, 1; PMT SP confocal detector for imaging, No : 158001390, 2; HyD SP GaAsPDetektor for gated imaging, No : 158001401, 3; Adaptor kit HyD SP for Basic Module 158*, No : 158001492, 1; Laser UV VIS; Laser 405 nm DMOD Compact, No : 158002303, 1; Laser Port UV/405, No : 158001201, 1; Supply Unit Compact LIAchroic AOTF, No : 158002101, 1; Laser Blue 488 nm, No : 158002112, 1; Laser Green 552 nm, No : 158002115, 1; Laser Red 638 nm, No : 158002117, 1; IR Laser Adaptations and accessories: Insight Dual Beam Routing CFS, 2 AOM, No : 158002630, 1; Integration InSight other supplier, No : 158002610, 1; IR Imaging multi function port CFS HX, No : 158001217, 1; TMC 1500x1950x100MM w/ Long Side Well, No : 8100396, 1; Nondescanned Detectors: Quad Module for DM6 CFS/DM6, No : 158004291, 1; BF detector DM and CFS (for DIC and Dodt, No : 158004203, 1; HyDRLD 2 ch for DM6 CFS, No : 158004283, 2; External Detection Unit, No : 158004259, 1; Cable for shutter control EL6000 I²C, No : 15500331, 1; Filter Cube HyDRLD, 2ch FITC/TRITC, No : 158004248, 1; Filter Cube HyDRLD, 2ch DAPI/FITC, No : 158004249, 1; Filter Cube HyDRLD, 2ch FITC/TXR, No : 158004252, 1; Blocking Filter SP800 for HyD RLD, No : 158004254, 1; Filter Cube HyDRLD, 2ch TRITC/A633, No : 158004256, 1; Filter Cube HyDRLD empty, No : 158004258, 3; Beamsplitter Quad LP 560nm, No : 158004294, 1;, 1; Notch filter set VIS Solid State, No : 158004506, 1; Software and Workstation: Premium CUDA Workstation, Monitor, No : 158003135, 1; Control panel with LCDs, No : 158004751, 1; Computer table small 80x80 cm, No : 158004731, 1; LAS X SP8 Control Software, No : 158003200, 1; LAS X Dye Finder, No : 158003202, 1; LAS X 3D Visualisation, No : 158003203, 1; LAS X HyVolution 2 Package, No : 158003230, 1; Installation of IR, No : 9ISP8IRCUST, 1; Training, No : 8074150, 1; Shipping and Handling, No : 8074124, 1; PremiumCare Cont for SP8 Liachroic IR, No : 9FULL_SP8LICHR_IR 4x. Period of Performance Annual maintenance and full warranty service for five (5) years is anticipated during one base year and four (4) optional years. Maintenance and warranty shall be priced separately for each of the four (4) options years. Offerors shall indicate if the quoted items are warrantied, the length of time of such warranty, and the terms and conditions applicable to that Warranty. Offerors shall provide maintenance and technical support for the microscope after installation to include a warranty for on-site and off-site repair, exchange of parts when broken and inside moving of subject equipment when necessary. Inspection and Acceptance Offerors should indicate an estimated delivery time in full after receipt of an order and any other training or warranty schedules applicable. Inspection and acceptance will be performed at the National Institutes of Health, National Institute on Mental Health, located at 35 Convent Drive, Bethesda, MD 20892. The Government expected build time and delivery is 45-90 days after contractor receipt of any contract resulting from this solicitation. (vi) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The following is provided as an addendum to FAR clause 52.212-1, Instructions to Offerors: Installation and onsite training should be quoted on separate line items. Shipping and handling cost must be included in any quotation submitted in response to this solicitation. Offerors should indicate an estimated delivery time in full after receipt of an order and any other training or warranty schedules applicable. (vii) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following is an addendum to 52.212-2. Responses received to this RFQ will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order, and warranty and training considerations. Responses will be evaluated based on contractor's ability to meet the government's essential requirements stated in this notice and on ability to deliver required supplies. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation. Under the lowest-price technically acceptable (LPTA) process, Offerors' will be determined to be "technically acceptable" or "technically unacceptable" based on an evaluation of responses against the following factors to determine if, as submitted, the proposal is technically acceptable. (1) Technical Capability: Offerors shall clearly indicate possessing the capability to achieve the essential features of this requirement. The Offeror must indicate in its quotation the ability to provide all of the requirements. The Offeror must indicate in its quotation the ability to meet the delivery requirements. Offerors submitting a response with documented technical specifications and evidence of possessing the technical knowledge, qualifications and capability and management structure needed in successfully achieving this requirement will be determined to be technically acceptable. 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. (viii) The provision at FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. (ix) The provision at FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. An addendum to FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, Offeror Representations and Certifications Commercial Items, applies to this acquisition. The addendum includes the following FAR Clauses, provisions, terms and conditions: (a) 52.211-6 Brand Name or Equal (Aug 1999); (b) 52.217-6 Option for Increased Quantity (Mar 1989). (x) The provision of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition and the clause at 52.222‐51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment‐‐Requirements (Nov 2007) (41 U.S.C. 351, et seq.) applies to this acquisition. See attached for the appendix to 52.212-5. (xi) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiii) 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 the requirement as it relates to the technical evaluation criteria and a price proposal. Offerors MUST submit historical pricing information ESSENTIALLY EQUAL to a commercial item price list or redacted contract or invoice containing the price offered to a commercial or public entity for the same or similar subject unit of supply. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer, or provide a copy of the valid certifications registrations and Representation and Certifications from the System of Award Management (SAM) applications at www.SAM.gov, which may be indicated on the Offeror's cover sheet. 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 no later than the date specified in this announcement. Late responses will not be accepted. All responses must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-2017-423. Responses must be submitted electronically to hunter.tjugum@nih.gov and NIDASSSAPurchaseRequ@mail.nih.gov. Facsimile responses will not be accepted. For information regarding this solicitation, contact Hunter Tjugum by email at hunter.tjugum@nih.gov or by phone at 301-827-5304.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-CSS-2017-423/listing.html)
- Record
- SN04564010-W 20170701/170630000411-738bed1de1fb3b828edc39d33b06f638 (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 |