SOLICITATION NOTICE
66 -- Carl Zeiss Cell Discoverer 7- Automated Live Cell Imaging Platform
- Notice Date
- 3/19/2020 2:18:42 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NIH NCI ROCKVILLE MD 20852 USA
- ZIP Code
- 20852
- Solicitation Number
- 75N91020Q00040
- Response Due
- 4/2/2020 9:00:00 AM
- Archive Date
- 04/17/2020
- Point of Contact
- Miguel Diaz, Phone: 2402765439
- E-Mail Address
-
miguel.diaz@nih.gov
(miguel.diaz@nih.gov)
- Description
- National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Cancer Biology Genetics (LCBG) plans to procure one (1) brand name or equal Carl Zeiss Cell Discoverer 7 System. This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation and a separate written solicitation will not be issued.� This solicitation, 75N91020Q00040, is issued as a request for quotation (RFQ) and includes all applicable provisions and clauses in effect through FAR Federal Acquisition Circular (FAC) 2020-04 (January 15, 2020), simplified procedures for commercial items.� The North American Industry Classification System code is 334516 and the business size standard is 1,000 employees.� Only one award will be made as a result of this solicitation.� This will be awarded as a firm fixed price type purchase order.� National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Cancer Biology Genetics (LCBG) is conducting research into the role of the nucleolar stress response in metastatic breast cancer. An integral part of this analysis will be time lapse microscopy to evaluate how variations in nucleolar volume and structure, as well as the kinetics of re-localization of proteins to the nucleolus, effects the ability of tumor cells to disseminate and colonize distant sites. To perform these analyses, the laboratory requires a microscopy system with sufficient resolution and data acquisition capacity for time lapse imaging and data analysis of nucleolar volume, structure and morphology under varying environmental conditions. �The Zeiss Cell Discoverer System was evaluated and determined to be the system most capable of fulfilling the requirements of the LCBG.� The requirements of the LCBG for this microscope system are as follows: High resolution, high magnification time lapse microscopy Ability to manipulate environmental conditions to mimic conditions experienced by disseminating tumor cells Ability to image both slides and multi-well tissue culture plates Upgradeability for potential changes in microscopy requirements A detailed list of salient features/characteristics required for this requirement is provided as a separate attachment. The Zeiss Cell Discoverer 7 System was selected due to the unique long working distances and large fields of view of the microscope objectives, which also have a large N.A. This allows for greater data acquisition and higher resolution of subcellular structures that are necessary for the intended utilization. This system incorporates automatic correction of spherical aberrations and adaptations for sample material and thickness to optimize resolution and sample penetration. In addition, this system has the potential for upgrading with an Airyscan if future projects necessitate greater resolution. The Zeiss Cell Discoverer System is the only known commercial platform that provides all the required characteristics listed below: System objectives must have long working distance, large fields, high N.A., include (4) objectives, three magnifications each, i.e. application benefits of 12 objectives, and all Plan Apochromat: -���� i. 2.5x/0.12; 5.1 mm WD -���� ii. 5x/0.25; 5.1 mm WD -���� iii.10x/0.35; 5.1 mm WD -���� iv. 10x/0.35; 2.2 mm WD -���� v. 20x/0.7; 2.2 mm WD -���� vi. 40x/0.7; 2.2 mm WD -���� vii. 10x/0.5; 0.76 mm WD -���� viii. 20x/0.8; 0.76 mm WD -���� ix. 40x/0.95; 0.76 mm WD -���� x. 25x/1.2 W; 0.84 mm WD -���� xi. 50x/1.2 W; 0.84 mm WD -���� xii. 100x/1.2 W; 0.84 mm WD All objectives must be temperature stabilized to prevent heat sink The system must have automatic correction of spherical aberrations for working distances up to 2.2 mm (objectives iv � xii above) and automatic adaptation to vessel bottom material and thickness for best signal, optimal resolution and depth penetration. The system must provide automatic water-immersion for supply and removal of water, include adaptive lens guards for damage protection of all objectives ensuring safe operation and maximized travelling ranges for all objectives, to include automatic display of effective travelling ranges of all objectives for efficient sample navigation and experiment setup. The system must be equipped with automatic sample carrier recognition and calibration, include a transmitting light unit for label-free imaging, relief contrast in transmitted light, be compatible with all objectives, filter sets, sample carriers (glass & plastics) and with liquid meniscus & small wells, include TL-contrast (phase gradient contrast) adapting to sample carrier geometry for optimal contrast to the very edge of the vessels, include a UV-disinfection unit for automatic disinfection of incubation chamber, and direct access to the sample for liquid handling, e.g. dispensing and perfusion. The system must be field upgradeable to automated confocal LSM 900, have up to three confocal channels with flexible spectral detection using VSD, have high-sensitivity mode with at least 1.5x increased resolution vs. confocal and 4-8x better SNR vs. conventional confocal, include MPLX mode for fast and gentle confocal live cell imaging with up to 8.4 FPS (524 x 524) and be compatible with a ZEISS objectives. The system software must be the ZEN 2.6 Software Interface or a software interface compatible with Zeiss instruments due to the Zeiss instruments already in the LCBG.� The software must interface with manual microscopes, motorized microscopes, confocal, multiphoton, super resolution, light sheet, and even helium ion scanning systems. The software must also include deconvolution algorithms integrated into the software to provide software based optical sectioning abilities. Training: Training will be performed within 2 weeks of delivery, for 5 users. �All training charges shall be included in the quote.� The training location shall be at: NIH/NCI/CCR Laboratory of Cancer Biology Genetics Building 37, Room 4048 37 Convent Drive Bethesda, MD 20982 Delivery and Installation: Equipment shall be delivered within 60 business days of purchase order award.� All shipping/handling/delivery, installation, start-up and plumbing charges shall be included in the quote. The Contractor shall deliver and install the equipment at the following address: NIH/NCI/CCR Laboratory of Cancer Biology Genetics Building 37, Room 4048 37 Convent Drive Bethesda, MD 20982 The Contractor shall arrange the installation date and time with the NCI Technical Point of Contact (POC). Warranty: A minimum of twelve (12) months of warranty shall be included in the quote, which covers the cost of repair and/or replacement, including labor or any defect in workmanship or parts. Payment: � Payment shall be made after delivery, installation, and successful operation of equipment.� Payment authorization requires submission and approval of invoice to the NCI COR and NIH Commercial Accounts. Clauses and Provisions: FAR 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (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 modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (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. FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):http://www.acquisition.gov/far/ and/or http://www.hhs.gov/policies/hhsar/. Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/reference.jsp or from Miguel Diaz, Contracting Officer at miguel.diaz@nih.gov.� Clause No.����������������� Title FAR 52.212-1 ����������� INSTRUCTION TO OFFERORS COMMERCIAL ITEMS (OCT 2018) FAR 52.212-2 ����������� EVALUATION COMMERCIAL ITEMS (OCT 2014) FAR 52.212-3 ����������� OFFERORS REPRESENTATIONS AND CERTIFICATIONS -COMMERCIAL ITEMS (DEC 2019) FAR 52.212-4 ����������� CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (OCT 2018) HHSAR 352.222-70�� CONTRACTOR COOPERATION IN EQUAL EMPLOYMENT OPPORTUNITY INVESTIGATIONS (DEC 2015) HHSAR 352.224�71� CONFIDENTIAL INFORMATION (DEC 2015) FAR 52.212-5 ����������� CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS---COMMERCIAL ITEMS (JAN 2020). The following additional far clauses cited in this clause are applicable: (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6��������� Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402) 52.203-13������� Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509) � 52.204-10������� Reporting Executive Compensation and First Tier Subcontract Awards (OCT 2015) (Pub.L. 109-282) (31 U.S.C. 6101 note). 52.204-24 ������ Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. (DEC 2019) 52.209-6� ������� Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note). 52.219-4��������� Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).�� 52.219-28������� Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. �632(a) (2)). 52.222-3��������� Convict Labor (JUN 2003) (E.O. 11755). 52.222-19������� Child Labor Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126). 52.222-21������� Prohibition of Segregated Facilities (APR 2015) 52.222-26������� Equal Opportunity (APR 2015) (E.O. 11246). 52.222-35������� Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). 52.222-36������� Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). � 52.222-37������� Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). 52.222-40������� Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) 52.223-18������� Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011) (E.O. 13513). 52.225-3��������� Buy American�Free Trade Agreements-Israeli Trade Act. (MAY 2014) 52.225-5��������� Trade Agreements (FEB 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.225-13������� Restrictions on Certain Foreign Purchase (JUN 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33 ������ Payment by Electronic Funds Transfer - System for Award Management (OCT 2018) (31 U.S.C. 3332). Submission Information: Quotes must be submitted by returning a completed copy of the attacked SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of valid certification in the System for Award Management (SAM) at www.sam.gov. � Quote must contain all information necessary to allow for a comprehensive evaluation of the prices quoted. Specifically, quotes must include the following: Federal Tax Identification Number (TIN); Data Universal Numbering System (DUNS) Number; Business Size (e.g., small or large) Questions must be submitted electronically (via email) to Contracting Officer, Miguel Diaz, at miguel.diaz@nih.gov in MS Word or Adobe Portable Document Format (PDF), no later than 12:00 PM EST, on Thursday, March 26, 2020. Proposals must be submitted electronically (via email) to Contracting Officer, Miguel Diaz, at miguel.diaz@nih.gov in MS Word or Adobe Portable Document Format (PDF), no later than 12:00 PM EST, on Thursday, April 2, 2020. All responses must be received by the specified due date and time in order to be considered. PROPOSALS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. No collect calls will be accepted. Please refer to solicitation no: 75N91020Q00040 on all correspondence. Basis for Award: Award will be made to the responsible firm submitting the lowest priced technically acceptable (LPTA) offer; and meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. Award will be made on all or none basis. A technically acceptable offer is one in which the Offeror complies with the requirements/technical specifications stated above, and does not take exception, nor object to any of the terms contained in this request. Offers that are not technically acceptable will not be considered further. The technical evaluation will be a determination based on information furnished by the Contractor. The Government is not responsible for locating or securing any information which is not identified in the proposal. The Government reserves the right to make an award without discussions. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. 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 52.211-6. Price: Price will be evaluated for reasonableness in accordance with FAR 13.106-3.� For a price to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to prices in the market. Normally price reasonableness is established through adequate price competition but may also be determined through price and/or cost analysis techniques as described in FAR 15.404.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/07de34b277cc44db8d54c2185b7d9fcd/view)
- Record
- SN05595021-F 20200321/200319230147 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |