Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 20, 2020 SAM #6870
SOLICITATION NOTICE

66 -- In-vivo fluorescence microscope calcium imaging device

Notice Date
9/18/2020 2:16:01 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95020Q00279
 
Response Due
9/23/2020 8:00:00 AM
 
Archive Date
10/08/2020
 
Point of Contact
Alexander Beraud, Phone: 3014436677, Kenneth Goodling, Phone: 3014436677
 
E-Mail Address
alexander.beraud@nih.gov, kgoodlin@nida.nih.gov
(alexander.beraud@nih.gov, kgoodlin@nida.nih.gov)
 
Description
SOLICITATION No. 75N95020Q00279 � TITLE: In-vivo fluorescence microscope calcium imaging device � This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. The solicitation number is 75N95020Q00279 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-08, dated August 13, 2020. This acquisition is for a commercial item or service and is conducted under the authority of the FAR Part 13� Simplified Acquisition Procedures and FAR Part 12�Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold. A fixed-price type of purchase order is contemplated for this requirement. The associated North American Industry Classification System (NAICS) code is 333314 (Optical Instrument and Lens Manufacturing) with associated small business size standard of 500 employees. This requirement is Brand Name or Equal, full and open competition. STATEMENT OF NEED AND PURPOSE: The purpose is to acquire a fluorescence microscope system that allows us to detect fluorescence signals indicating cellular calcium levels in rodents. This device enables us to observe how specific types of cell populations get activated during the mouse perform compulsive behavior. BACKGROUND INFORMATION: The Neurocircuitry of Motivation Section aims to understand neural circuits that mediate compulsive behaviors such as drug-taking and drug-seeking behaviors. We use rodent models to achieve this goal. Compulsive behaviors such as drug-seeking are generated by the interactions of many types of neurons in the brain. Historically, researchers used microelectrodes to detect the activity of single neurons. However, this method does not readily allow researchers to identify the types of neurons being recorded. The fluorescence microscope procedure is a state-of-art technology, which allows researchers to record unit activity of neurons in a cell-type- and region-specific manner by expressing fluofoures that respond to calcuim levels with viral technology. The fluorescence microscope calcium imaging technology helps researchers to understanding how selective populations of neurons are activated during compulsive behavior in rodents. PROJECT REQUIREMENT: The Contractor shall provide QTY one (1) Brand Name or Equal In-vivo fluorescence microscope calcium imaging device - Twist-on efocus Fluorescence Microscope System. The Brand Name or Equal In-vivo fluorescence microscope calcium imaging device - Twist-on efocus Fluorescence Microscope System shall meet all of the required salient characteristics/specifications: Salient Characteristics: The system must be able to detect fluorescent signals emitted by GCaMP7f expressed on the surface of individual neurons and record such signals at a mili-second resolution for a few hours at a time. The system must include both hardware and software to accomplish this task. The microscope component must be small and light in such a way that a mouse can wear it on its head and move about a chamber freely for a few hours at a time. STANDARD WARRANTY: The Contractor shall provide, at a minimum, a one-year warranty for the equipment. The warranty shall cover all parts, labor and travel costs. The warranty shall commence upon successful completion of delivery, installation and training. TRAINING: The Contractor shall provide two days of on-site training, at the above address, for up to four (4) personnel. Training must be conducted by a professional sales representative and completed immediately after delivery and installation. The training shall include, at a minimum, all equipment functions, equipment operation, troubleshooting and routine maintenance procedures. DELIVERY/INSTALLATION: The Contractor shall deliver and, as needed,�install the instrument at the below address. Installation shall include, at a minimum, uncrating/unpacking of all equipment, set-up and hook-up of all equipment, start-up, demonstration of specifications and removal of all trash. The delivery date is 60 days after receipt of order (ARO). Delivery will be FOB Destination. The place of delivery and acceptance will be: National Institute on Drug Abuse 251 Bayview Blvd., Suite 200, BRC/Rm. 08A711 Baltimore, MD 21224 APPLICABLE PROVISIONS AND CLAUSES: The provision at FAR clause 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) is applicable to this solicitation. Offerors MUST include a completed copy of this provision with their offer, OR provide a copy of the valid certifications from the System of Award Management (SAM) applications at www.sam.gov, which may be indicated on the Offeror�s cover sheet. See attachment. The provision at FAR Clause 52.212-1, Instructions to Offerors-Commercial Items (JUN 2020) is applicable to this solicitation. The provision at FAR Clause 52.212-2, Evaluation-Commercial Items (OCT 2014) applies to this acquisition. The following is provided as an addendum to clause 52.212-2: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, i.e. 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 costs, including shipping cost and estimated time of delivery after receipt of order. Under the LPTA process, Offeror�s 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. Award will be made to the lowest-priced, technically acceptable, responsible offeror. Technical acceptability shall be based on the following: 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. 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 nor not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors may respond with a proposal indicating their ability to provide the technical specifications stated in this solicitation. Responses will be evaluated based on the contractor�s ability to meet the Government�s requirements. The provision at FAR Clause 52.212-3, Offeror Representations and Certifications�Commercial Items (JUN 2020), applies to this acquisition. 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 from the System of Award Management (SAM) applications at www.sam.gov, which may be indicated on the Offeror�s cover sheet. Addendum to FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2018), applies to this acquisition. The additional contract terms and conditions are as follows: 52.204-7 System for Award Management (OCT 2018) 52.204-13 System for Award Management Maintenance. (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.242-15 Stop-Work Order (AUG 1989) The provision of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (AUG 2020), applies to this acquisition. See attachment. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. Responses to this solicitation must include clear and convincing evidence of the Offeror�s capability of fulfilling the requirement as it relates to the Government requirements stated in this solicitation. Cost and price information in the Offeror�s proposal must contain sufficient information to allow the Government to perform an analysis of the reasonableness of the Offeror to supply the required goods/services. Any other information or factors that may be considered in the award decision may include such factors as: past performance; special features required for effective service coverage; train-in considerations; warranty considerations; maintenance and service coverage availability; serial, product or catalog number(s); product description; delivery terms, and prompt payment discount terms. The Contractor shall submit its quote electronically. 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. DATE QUESTIONS DUE: Questions and requests for clarification must be submitted electronically to the Contracting Officer, Kenneth Goodling, at Kenneth.goodling@nih.gov and the Contract Specialist, Alexander Beraud, at alexander.beraud@nih.gov on or before 12:00 PM EST, September 21, 2020. Fax responses will NOT be accepted. � DATE QUOTATIONS DUE: All responses must be received on September 23, 2020 by 11:00 AM EST and must be submitted electronically to the Contracting Officer, Kenneth Goodling, at Kenneth.goodling@nih.gov and the Contract Specialist, Alexander Beraud, at alexander.beraud@nih.gov,citing the RFQ number and the name of firm in the subject line. Late responses will NOT be accepted. Attachments: Attachment 1 � FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) Attachment 2 � FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2018) Attachment 3 - FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (AUG 2020) Attachment 4 - Invoice and Payment Instructions
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4b522e2fa45444d891e7ee4800e82b5c/view)
 
Record
SN05803791-F 20200920/200918230207 (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.