SOLICITATION NOTICE
65 -- This solicitation is for Brand Name or Equivalent, to purchase a Zeiss 540 Cross Beam instrument
- Notice Date
- 8/2/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
- ZIP Code
- 20852
- Solicitation Number
- N02RC42561-83
- Archive Date
- 8/27/2014
- Point of Contact
- Gwennifer K. Epps, Phone: 240-276-5445, Terry Galloway, Phone: 240-276-5384
- E-Mail Address
-
eppsg@mail.nih.gov, gallowaytl@mail.nih.gov
(eppsg@mail.nih.gov, gallowaytl@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- I. Description The National Cancer Institute (NCI), Center for Cancer Research (CCR), Medical Dental and Scientific section has the requirement to procure the following brand name items:a Basic Unit Crossbeam 540, 40nA High resolution mode, Control Panel USB, US Vers with Firmware, Capella FIB Kit for XB, Single Gas Injection System, ORSAY, EsB Upgrade-Kit, 80mm Airlock Kit NSE, EVACTRON 25 De-Contaminator with flange, Kit for DN40KF - 32mm MP-Port, Single Stub Sample Holder, Faraday Cup, Software Licence -Dual Channel Operation, Compucentric Stage Software License, Drift Correction License, ATLAS 3D FIB Tomography, X-Ray/External Scan Input Panel Kit C/w, SV ADC4 Kit, Jun-Air oil-less compressor with Autodrain, R 050 Water Cooled Chiller - 115V, 22080-xxR PowerVar 8.0KVA UPS, Automatic Water Shut-off Valve, Buffer Pre-vacuum Quiet Mode NSE, and a 4 Day Ion Microscopy Onsite App Training, manufactured by the, Carl Zeiss Microscopy, LLC, One Zeiss Drive, Thornwood, NY 10594 or Equal. 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; quotes are being requested and a written solicitation will not be issued. The combined synopsis/ solicitation number is N02RC42561-83. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 20) 05-72, (January 2014) Simplified Procedures for a Commercial Item. The Government contemplates only one award of a Firm-Fixed Price contract. The Associated North America Industry Classification Code (NAICS) 334516 and the Business Size Standard is 500. It has been determined there are no opportunities to acquire green products or services for this procurement. Only one award will be made as a result of this solicitation. The LCB studies the processing, transport, and metabolism of proteins and small molecules related to malignant transformation and multidrug resistance in cancer. NCI employ the techniques of cryo-electron tomograpy and cryo-electron microscopy for studying single particles as well as virus and bacteria. Samples that are plunge-frozen are transferred and imaged in the electron microscope while they are still frozen. Description of Requirement Structural biologists and cell biologists at Center for Cancer Research are interested in understanding structural aspects of a variety of cell-cell and host-pathogen interactions. Understanding the nature of these interactions at the highest possible resolution helps define the molecular mechanisms underlying various cellular processes important in health and in diseased. Emerging methods in 3D light and electron microscopy are becoming increasingly important for such structural studies. The types of specimens that are studied include bacterial and mammalian cells, tissue specimens, as well as cellular conjugates that relevant to understanding viral entry and infection. The proposed purchase of the Zeiss focused ion beam scanning electron microscope will provide a versatile tool that will enable these studies to be carried out using a single platform. Specimens for analysis will be either: fixed, stained and plastic-embedded or high-pressure frozen, and freeze-substituted and plastic-embedded to prepare them for imaging. The microscope will allow for automated data collection from these specimens using highly automated procedures, implemented using software that is embedded in the microscope and capable of 24/7 remote operation. The salient characteristics of the ion beam scanning electron microscope are as follows: a. High resolution configuration with optimal working distance ranging from 0.7 nm at 30 kV (STEM mode) to 3.0 nm at 0.2 kV, achieved with untilted and tilted specimens without stage biasing. b. Acceleration Voltage for the SEM column must be adjustable from 0.02 to 30kV, continuously variable in 0.01 kV steps. c. Probe current range must be continuously variable from 10pA to 40nA d. Magnification must be continuously variable from12x through 1,000,000xe. Shottky field emitter electron source f. Focus compensation must allow for minimizing extent of focus change over the entire acceleration voltage and probe current range. g. Scanning electron beam shift desired range is 200 microns at 20kV at an 8.5mm working distance. h. Focused Ion Beam must be with gallium liquid metal ion source, with resolution of 3nm at 30kV, magnification of 300x-500,000x, at acceleration voltage range of 0.5 - 30kV with built-in electrostatic FIB beam blanking. i. FIB column with multiple mechanical aperture positions, motorized, and with ability to continuously vary probe current between aperture positions. j. Specimen stage travel requirements are at least 100 mm in x and y directions and 50 mm in z direction with tilt range of 70 degrees. k. In-lens high efficiency, column-mounted annular scintillator detector and in-lens EsB, column mounted high efficiency scintillator detector with optically coupled PMT for detection of energy and angle selective backscattered electrons. Filtering grid should be adjustable from 0V to -1.5V for contrast enhancement. l. Configuration allows imaging under a variety of conditions which include FIB used for imaging with SEM OFF, FIB is used for milling with SEM OFF, simultaneous imaging with SEM and FIB together, and with control of FIB and SEM via an external scan generator m. Images with 16 bit dynamic range ranging from 512 x 384 pixels to 50000 x 40000 pixels n. Features for noise reduction must include ability to continuously average multiple pixels at all scan speeds, continuous averaging of 2 to 255 frames/lines (user selectable) with image freeze on demand. o. Automatic vacuum system with automatically operated pneumatic column isolation valve with ultimate high vacuum of 10-6 mbar or better. p. Large field automated imaging with milled slice thickness monitored by angled notches milled into the Pt layer on sample with use of stable milled pattern in the Pt layer is used for auto focus and stigmation during automated sample acquisition. II. Delivery: Contractor(s) shall deliver the instrument within 90 days after award to: NIH/NCI Bethesda, Maryland 20892. The Contractor that receives the award will be provided with the complete mailing address and point of contact. Upon delivery, contractor must notify the NCI Contracting Officer's Representative (COR) to schedule the delivery date and time. III. Installation: Contractor shall install the equipment (new) and have ready to use within seven (7) days after delivery and acceptance. IV. 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. BASIS FOR AWARD: Offerors must provide descriptive literature or other materials that demonstrate their offer meets the forgoing requirements. The contract will be awarded to the responsible offeror with the lowest price offer that fully meets the requirements of the solicitation. QUOTATIONS ARE DUE: August 12, 2014 at 11:00 am, EST. PROVISIONS AND CLAUSES: The following provisions and clauses will be incorporated by reference: 52.211-6 Brand Name or Equal (a) If an item in this solicitation is identified as quote mark brand name or equal, quote mark 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 quote mark equal quote mark products must meet are specified in the solicitation. (b) To be considered for award, offers of quote mark equal quote mark products; including quote mark equal quote mark 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 quote mark equal quote mark 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 quote mark equal quote mark product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items: The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. The technical evaluation will be a determination based on information furnished by the vendor. 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. 52.212-3 Offerors Representations and Certifications Commercial Items (November 2013) WITH DUNS NUMBER ADDENDUM (52.204-6 (July 2013): 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items (January 2014). 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, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402) 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-8 Utilization of Small Business Concerns 52.219-28 Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-37 Employment Reports on Veterans 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-1 Buy American Act - Supplies 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer System for awards Management 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels 52.246-2 Inspection of Supplies-Fixed Price Full text copies of the representations and certifications for other cited provisions and clauses many be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internnet/index.jsp or from Gwennifer Epps, Contracting Officer at eppsg@mail.nih.gov. Quotations must be received in the NCI-OA contracting office by 11:00 a.m. EST on August 12, 2014. Please refer to the solicitation number N02RC42561-83 on all correspondence. No collect calls will be accepted. Faxed or electronic mail quotations will NOT be accepted. OFFERORS: Offers must be submitted on an 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 the valid certification registrations of the offeror's Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA) through sam.gov. All questions shall be in writing and may be addressed to the aforementioned individual noted above by August 12, 2014. No collect calls will be accepted. In order to receive an award, contractor must be registered and have valid certification in the Central Contractor Registration (CCR) and the Online Representation and Certifications Applications (ORCA) through sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC42561-83/listing.html)
- Place of Performance
- Address: National Cancer Institute/NIH, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03447695-W 20140804/140802233017-e20a23bd5b35008e5279a192bfc2aa3e (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 |