Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2017 FBO #5780
SOLICITATION NOTICE

66 -- Electron Microscope - Purchase Description

Notice Date
9/18/2017
 
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-17-715
 
Archive Date
10/6/2017
 
Point of Contact
Sneha V Singh, Phone: 3014802443
 
E-Mail Address
sneha.singh@nih.gov
(sneha.singh@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Purchase Description HHS-NIH-NIDA-SSSA-CSS-17-715 COMBINED SYNOPSIS / SOLICITATION COMPETITIVE Title: Electron Microscope (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-17-715 and the solicitation is issued as a request for quotation (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--Test Program for Certain Commercial Items, and FAR Part 12-Acquisition of Commercial Items, and IS expected to exceed the simplified acquisition threshold. (iii) The National Institute on Drug Abuse intends to procure a Brand Name or Equal Zeiss Crossbeam 550 Electron Microscope. NIDA intends to make one award as a result of this solicitation. This award is planned to be firm fixed price contract. (iv) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, dated January 19, 2017. (v) The associated NAICS code 334516, Analytical Laboratory Instrument Manufacturing and the small business size standard 1,000 employees. This requirement is full and open with no set-aside restrictions. (vi) The Zeiss Crossbeam 550
FIB-SEM or equal, as described in the attached Purchase Description (vii) The electron microscope must meet the following requirements (salient characteristics): • Collect sequential data from a sample, allowing a delineation of structures at nanometer resolution. • Superb electron optics: Ga-focused Ion beam (Ga-FIB) in Cappella column, and with high-resolution (even at low voltage and high current) fast analytics electron optical column, enabling Aperture and crossover free beam. Slider used to modify current and spot beam decal allows for low landing energy to permit higher resolution and faster acquisition. • Must be optimized for use with a Ga-focused Ion Beam (Ga-FIB) • Must be compatible with data obtained from the Zeiss LSM 880 (with or without the Airyscan unit) with 40 FIB-SEM data as well as provide correlative microscopy hardware and software, that will enable imaging fluorescence and EM signals on the same specimen on both the existing Zeiss LSM 880 and the new FE-SEM system. • Must be compatible with the Zeiss LSM 880 Confocal Microscope system in order to expand the imaging and analysis potential of an already existing system (Zeiss LSM 880 with Airyscan) by adding the Correlative Microscopy module. • Beam in column accelerator and deceleration must enable finely controlled energies for imaging. Finely-tuned energy hitting sample must also provide signal. For biological material, ability to control beam energy level and stability is critical, and to extract maximum meaningful signal from noise. • Embedded software, controls focused ion beam very finely, both spatially and temporally, in real time. This is an essential feature. In contrast to all other SEM systems, where regions-of-interest (ROIs) need to be square (cube); ROI can be round (sphere), oblong or irregular in three dimensions. In addition, software can decode both the milling and imaging, which are tightly controlled, and allows for large (50k x 40k) fields of view (FOVs) without distortion. Direction of milling influences what remains to be collected as data. For example, 10 nm slices are measured and corrected on the fly (while imaging). Software must allow real time feedback and be able to overcome drift. Simultaneous control of both milling and imaging is very important for 3D reconstruction, as the system can correct sectioning and imaging in real time. • Unique aperture free e-beam, instead of the usual set number of apertures. This limits ion flux and allows discrete, nuanced steps in control of e-beam, very important for biological samples. In addition, the Energy Selective Backscatter (EsB) detector must be able to be used to filter low energy backscatter generated from no deeper than the slice thickness. • Software must have 3D data collection abilities specifically designed for tomography: Automated acquisition of Gigapixel 3D images with simultaneous high resolution milling and imaging. Accurate and constant slice thickness throughout the entire acquisition process, with outstanding z-resolution through homogenous slice thickness of <3nm. Software outputs exact ROIs and keyframes in 3D with predictive drift correction and image stack alignment. • Suited to the correlation of 3D images obtained with the Zeiss LSM 880 (with or without the Airyscan unit) with FIB-SEM data. • Must expand the imaging and analysis potential of an already existing system (Zeiss LSM 880 with Airyscan). • Installation • On-site training (viii) Delivery within 6 months of award. (ix) Contract Clauses/Provisions FAR 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: http://www.acquisition.gov/far/ and http://www.hhs.gov/policies/hhsar/. Clause Title FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52,212-2 Evaluation-Commercial Items FAR 52.212-3 Offeror Representations and Certifications FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items The following FAR Clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition: FAR Clause 52.203-6 Restrictions on Subcontractor Sales to the Government FAR Clause 52.203-13 Contractor Code of Business Ethics and Conduct FAR Clause 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR Clause 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR Clause 2.209-9 Updates of Publicly Available Information Regarding Responsibility Matters FAR Clause 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) FAR Clause 52.219-28 Post-Award Small Business Program Rerepresentation FAR Clause 52.222-3 Convict Labor FAR Clause 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR Clause 52.222-21 Prohibition of Segregated Facilities FAR Clause 52.222-26 Equal Opportunity FAR Clause 52.222-35 Equal Opportunity for Veterans FAR Clause 52.222-36 Equal Opportunity for Workers with Disabilities FAR Clause 52.222-37 Employment Reports on Veterans FAR Clause 52.222-40 Notification of Employee Rights Under the National Labor Relations Act FAR Clause 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). FAR Clause 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR Clause 52.225-1 Buy American-Supplies FAR Clause 52.225-5 Trade Agreements FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases FAR Clasue 52.232-33 Payment by Electronic Funds Transfer-System for Award Management FAR 52.211-6 Brand Name of Equal (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. HHSAR 352.203-70 Anti-Lobbying HHSAR 352.208-70 Printing and Duplication HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations HHSAR 352.224.71 Confidential Information (x) Evaluation The Government will award a contract resulting from this requirement on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price and all technical evaluation factors are detailed below: 1. Technical Approach: Ability of the Offeror to understand the Purchase Description and requirements, adequately describe the proposed approach, identify problems and potential challenges, demonstrate how all contract requirements will be met including 1) the offeror is an authorized reseller of the proposed electron microscope, 2) the offeror can provide authorized trained technicians, and 3) the offeror's ability to meet the prescribed time line. 2. Past Performance: Demonstrated relevant and recent performance of the offeror and any proposed subcontractors on current and past contracts of similar size, scope. "Recent" means active contracts or contracts completed within five years from the issuance date of the NIDA solicitation. "Relevant" means active or completed contracts that required offeror to provide the products described in the Purchase Description. The offeror must submit with their proposal a list of contracts completed during the past five (5) years and / or contracts awarded currently in process that are relevant in nature to the work scope. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments, and commercial concerns. Newly formed entities without prior contracts should list contracts and subcontracts as required above for all key personnel. For each contract, subcontract, or reference include: (i) Name of Contracting Organization; (ii) Contract Number (for subcontracts, provide the prime contract number and the subcontract number); (iii) Contract Type; (iv) Total Contract Value; (v) Description of Requirement; (vi) Contracting Officer's Name and Telephone Number; (vii) Program Manager's Name and Telephone Number; and (viii) North American Industry Classification System (NAICS) Code. The offeror may provide information on problems encountered on the identified contracts and the corrective actions, if any. Offerors will be evaluated on its performance under existing and prior contracts for relevant products or services. The Government is not required to contact all references provided by the offeror. Also, reports in the Past Performance Information Retrieval System (PPIRS) may be reviewed or references other than those identified by the offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the offeror's past performance. 3. Corporate Experience: Demonstrated capability to accomplish contract requirements and extent of relevant experience in the areas covered by the Purchase Description. Award will be made on all or none basis. If you are providing an "equal" product, you must submit additional documentation that highlights and describes how your offering is equal in accordance with FAR Clause 52.211-6. (xi) 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 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." Pricing Information Respondents shall prepare a price quote that contains all information necessary to allow for a comprehensive evaluation of the prices quoted, to include: • The unit price for each product including utilizing any and all discounts • The extended price for requested quantities All responses must be received by 12:00 PM EST on Thursday, September 21, 2017 and reference number HHS-NIH-NIDA-SSSA-CSS-17-715. Responses may be submitted electronically to Sneha Singh at sneha.singh@nih.gov. Fax responses will not be accepted. (xii) The name and telephone number of the individual to contact for information regarding the solicitation. Sneha Singh 301.480.2443 sneha.singh@nih.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-CSS-17-715/listing.html)
 
Record
SN04682474-W 20170920/170918231827-63b6a57e952ae90a81c37bc1ecd187a2 (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.