Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 23, 2020 SAM #6811
SOLICITATION NOTICE

66 -- Raman Spectrometer

Notice Date
7/21/2020 2:13:43 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NIH NIAID DEA OA OFC ACQUISITIONS BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-RML-E-2026019
 
Response Due
8/4/2020 12:00:00 AM
 
Archive Date
08/19/2020
 
Point of Contact
Janna Weber
 
E-Mail Address
janna.weber@nih.gov
(janna.weber@nih.gov)
 
Description
This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and solicitation for commercial Items,� as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-RML-E-2026019 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-07 July 02, 2020. The North American Industry Classification System (NAICS) code for this procurement is 334516, Analytical Laboratory Instrument Manufacturing, with a small business size standard of 1000 employees. The requirement is being competed full and open with a brand name or equal restriction.� The small business set aside is dissolved for this requirement. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for: Brand Name Or Equal Requirements: Catalog#XMB3000-0400- WITec alpha300R Access confocal Raman Microscope compact and flexible Raman microscopy platform for high-end spectroscopy applications � qty 1 Catalog#XLF2000-0785 - 785 nm excitation laser module including 785 nm laser and Raman filter set for WITec microscopes � qty 1 Catalog#XDS3200-0003 - WITec alpha access primary spectroscopy package in High-Throughput configuration for the VIS to NIR range � qty 1 Catalog#XMC3000-0300 - Additional ruled grating with 300 lines/mm for UHTS spectrometers Optimized for application in the visible spectral range � qty 1 Catalog#XOP2000-0001 - Set of recommended objectives for WITec ACCESS microscopes for use in the visible spectral range � qty 1 Catalog#XUS2000-2000 - Upgrade of WITec alpha300 Access microscopes for 2D Raman mapping functionality � qty 1 Manufacturer: WITec Focus Innovations https://www.witec.de/ Minimum technical specification for requested system: The microscope should have equivalent specifications to the WITec Aplha 300R Access system namely: Fiber based setup and fiber coupling that allows maximum set-up flexibility and minimal system footprint of approx.0.4mx0.6m High optical throughput (Fiber transmission >90% in the visible; 3x Al mirrors (fresh) provide ca. 85%3 = 61% reflectivity) Confocal ZEISS optical microscope capable of diffraction-limited imaging. High resolution LED-source white light imaging with turret for up to 6 objectives, with four objectives, 10�, 50�,100� 785nmexcitation laser at 125mw laser power with 3 m PM fiber with angled FC connector directly connected to microscope system. Highly reproducible imaging and spectroscopic results Stage capable of 50x50mm x-y travel with sub-micron accuracy and step size 100 nm. Sample viewing through digital video camera. No binocular option for sample viewing is acceptable due to a limited microscope space and research application. Single software controls both imaging and Raman functions. Software allows for saved parameters/recipes for consistent results in common measurement modes. A single software for data evaluation sharing the (same interface) for ALL offered experimental modes � freely installable on an unlimited number of workstations � not limited by license (not valid for advanced evaluation tools offered in ProjectFIVE+) Large areas (several square mm�s) can be imaged at high magnification through stitching of individual images with minimum boundary errors. External interface to the software through an API or similar allowing for stage movement, image capture and other functions to be controlled through custom software. A single warranty should cover all the microscope components and functions, including the Raman spectroscopy. Guaranteed diffraction limited collection area through PCF (photonic crystal fiber) coupling High throughput lens based spectrometer optimized for VIS-NIR spectral range that is connected via fiber to the microscope body. 300mm focal length high throughput on-axis spectrometer Aberration free imaging spectrometer designed to minimize spectral distortions (coma/stigmatism) Two grating 300/600 lines/mm that are fully software controlled High detection sensitivity in the NIR even at low laser powers and integration times (throughput >55% @ 785 nm including loss due to gratings) High QE front-illuminated thermoelectrically cooled CCD with Peltier cooling down to -55C and chip with 1650x200 pixel format. FPGA based controller for massive parallel data processing in deterministic real-time Future upgradability option that are absolutely a must: Microscope must be designed and delivered in a configuration that enables easy addition and future upgrade of scanning probe microscope (SPM) capabilities namely AFM and NSOM within the same microscope platform. These SPM capabilities must have an option to be controlled by the same software platform like Raman: SPM should feature multiple scanning modes (contact, lateral force, resonant intermittent contact) and the ability to measure force-distance curves. There is no need for sample transfer if measurement mode is switched from Raman to SPM (AFM or SNOM). Only a rotation of the objective turret and a few clicks in the software are needed to change measurement mode. Raman and SPM are both controlled by the same software and the same controller without any third-party software necessary. This allows optimal data correlation Quote submissions must include the following: Shipping/Delivery charges Installation Training Manufacture Warranty on parts & labor Place of Manufacture Quote must include supporting documentation submitted with the quote that demonstrates how the quoted equipment meets all of the same requirements and perform the same functions.� Place of Performance: NIH, 9000 Rockville Pike, Bethesda, MD, 20892 United States.� FOB: Destination The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein.� The award will be based on the following; technical capability to meet the requirements and price. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (June 2020) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (June 2020) FAR 52.204-7 System for Award Management (Oct 2018) (Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (Jan 2017) 52.204�24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Dec 2019) *** Must complete representation if attached to this solicitation- see attachment 52.204-24 The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (October 2018) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (July 2020) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015) 52.252-2 -- Clauses Incorporated by Reference. (Feb 1998) 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 this address:� http://farsite.hill.af.mil/vffara.htm By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Submission shall be received not later than August 4 @ 1:00 EST Offers may be e-mailed to Janna Weber;(E-Mail/ janna.weber@nih.gov). Offers shall include RFQ number in the subject line (RFQ-RML-E-2026019). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit an offer that will be considered by this Agency.� Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Janna Weber @ janna.weber@nih.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/71ec902148704461987dc9197949d9d4/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05728415-F 20200723/200721230155 (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 |
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.