Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2014 FBO #4647
SOLICITATION NOTICE

66 -- Custom Field Emission Scanning Electron Microscope - Small Business Subcontracting Plan Information

Notice Date
8/13/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-RFQ-14-583
 
Archive Date
9/13/2014
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Small Business Subcontracting Plan Information INTRODUCTION 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. The solicitation number is HHS-NIH-NIDA-SSSA-RFQ-14-583 and the solicitation is issued as a request for quotation (RFQ). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516 with a Size Standard of 500 Employees. SET-ASIDE STATUS This acquisition is NOT set-aside for small businesses and is available for full and open competition. ACQUISITION AUTHORITY 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76, dated July 25, 2014. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Purpose The purpose of this requirement is acquisition of one (1) custom field emission scanning electron microscope (FE-SEM) to support the National Institute on Drug Abuse (NIDA) Intramural Research Program (IRP) Electron Microscopy Core. Project Requirements The Contractor must be able to provide one (1) custom FE-SEM in accordance with the following requirements: 1. The FE-SEM must come with all software and hardware necessary to fully utilize the FE-SEMs capabilities. 2. The FE-SEM must offer a single, integrated FE-SEM-in situ serial blockface ultramicrotome solution. The in situ serial blockface ultramicrotome must be integrated in the Electron Microscope factory prior to delivery to the customer. 3. The FE-SEM must include both a FE-SEM stage and a serial blockface ultramicrotome stage. The FE-SEM must include an apparatus that allows for safe and efficient exchange of these stages. This exchange must be performable without the assistance of SEM service engineer support. 4. The FE-SEM must be capable of magnification from 12x to 1,000,000x, continuously adjustable in fine and course modes. 5. The FE-SEM must precisely correct magnification automatically for changes in working distance and accelerating voltage. 6. The FE-SEM must include hard copy output devices. The FE-SEM precisely correct for displayed magnification changes in hard copy output devices. 7. The FE-SEM must be capable of delivering to the sample, accelerating voltages ranging from at least 0.5kV to 30kV and continuously adjustable in at least 10V steps without the use of stage biasing. 8. The FE-SEM must have a high vacuum mode capable of at least 2x10-4Pa and capable of variable pressure with nitrogen gas sufficient both to discharge the surface of resin block face and to keep wet samples from rapidly dehydrating. These modes must be controllable through the FE-SEM software. 9. The FE-SEM must be high resolution and capable of achieving 20nA current. 10. The FE-SEM must provide continuously adjustable current from 4pA to 20nA. The current shall be adjustable through use of FE-SEM software to allow for optimizing imaging conditions under a wide variety of samples by automatically adjusting aperture diameter, extraction voltage. 11. The software must allow the user to set the desired current value through use of a moving slider in the FE-SEM software. The contractor shall provide the FE-SEM software. 12. The FE-SEM must allow a user to maximize the amount of data acquired in a single flat field image, from slice to slice, up to 32,000 pixels by 25,000 pixels in size. 13. The FE-SEM must be defined through a series of at least 6 apertures. The apertures shall be selectable through use of software. This software must be provided by the contractor. 14. The FE-SEM must allow a user to achieve above variable pressure and return to high vacuum mode with only a single button click in the software. 15. The FE-SEM must use a thermionic field emission source and allow for imaging stability during long term serial blockface imaging sessions of at least 2 days. 16. The FE-SEM must use a column design that is suited to optimize imaging of the tissue block face as such block face imaging is the basis of the serial blockface ultramicrotome system functionality. 17. The FE-SEM serial blockface ultra-microtome stage and FE-SEM stage must be mounted on the FE-SEM chamber door and guided onto the FE-SEM with rails. 18. The serial blockface ultramicrotome stage must consist of the stage for sample mounting of specimens on pin stubs. It must also incorporate a diamond knife for serial sectioning and high sensitivity backscatter detector for image acquisition. 19. The FE-SEM stage must be capable of correlation with an already existing confocal and multiphoton microscope equipped with 5 visible laser lines and one IR line. Objectives of the current microscope range from 5x through and including 63x, with continuously adjustable optical zoom associated with the confocal microscope. Optical zoom ranges from 0.6 to >8.5x in 0.1x increments. Confocal scan rotation is available, through 360o in the current microscope. Scan resolution is up to 6144x6144 pixels at all magnifications in the current microscope. 20. The FE-SEM hardware must include sample holders with integrated fiducial marks. The hardware must able to be mounted directly on both the confocal/multiphoton microscope and FE-SEM with appropriate adapters. Software to locate fiducials must be fully integrated with both the existing confocal/multiphoton microscope and FE-SEM such that one can utilize all capabilities and imaging modes either platform for correlation. Post-acquisition cross correlation must be possible 21. The serial blockface stage must be capable of 15nm step advancement of the stage, in Z, thereby producing at least 15nm thick slices. The FE-SEM stage must be a 5-axix compucentric motorized stage with 3 accessory ports. The FE-SEM stage must allow for 100mm travel in X and Y and 50mm in Z with -10o to 90o tilt with 360o rotation with scan rotation through 360o. 100mm stage travel range is required to accommodate the variety of samples to be correlated with light microscopes at NIDA. 22. The FE-SEM must include a mechanism for sealing and pumpdown to vacuum of the stage which is not in use. This mechanism must be dedicated to the storage of the stage which is not in use. One additional pump shall also be provided with the FE-SEM. 23. The FE-SEM must include an electron beam. Software shall control the electron beam and must be capable of managing accelerating voltages below 3 kV. This must be done via electromagnetic and electrostatic objective lens systems using water cooling for best thermal stability and reproducibility. 24. The FE-SEM low accelerating voltage must be achievable without biasing influences outside of the electron beam column. The accelerating voltage resolution of the FE-SEM must not involve any stage biasing. Additionally, the FE-SEM must be capable of at least 3nm resolution at 1kV without the use of stage biasing. 25. The FE-SEM must perform imaging with minimal aberrations, if any at all. The FE-SEM just provides flat field imaging of at least 160 microns by 120 microns of at least 5nm resolution. Working distance changes must not require scan rotation compensation and there must be minimal need for beam alignment when current or voltage are changed. 26. The FE-SEM must be optimally configured for 3D SEM imaging and coupled to a serial blockface in situ ultra-microtome for imaging biological tissues. Optimal configuration indicates an electron column that is capable of high resolution imaging at low voltages when the in situ ultramicrotome is in position for 3D data collection. 27. The FE-SEM shall include equipment for transportation and storage, beneath the vacuum, of both the FE-SEM stage and in situ ultramicrotome stage. This equipment must include a cart designed to secure the FE-SEM stage or serial blockface ultramicrotome stage to the FE-SEM storage table for safe transport. The storage table must be designed to securely hold either stage under the vacuum at all times. 28. The FE-SEM must come with software and hardware to operate the FE-SEM with full function. Accordingly, the FE-SEM must come with a computer which is in addition to the computer used for serial blockface imaging. 29. The FE-SEM computer must run 64-bit Windows 7 and software must be capable of controlling the FE-SEM beam for serial blockface image acquisition. 30. The FE-SEM software must allow for scanning at up to 15 non-interlaced scanning speeds in fast, reduced raster, spot and line scan modes with automatic tilt correction. Additionally, the vendor shall be required to provide all personnel and equipment required to deliver and install the FE-SEM at the NIDA Site. Further, the contractor shall provide an applications specialist and service engineer for up to 16 labor hours to perform resolution imaging tests for comparison to factory image tests following delivery. Post award and prior to delivery, test images from the purchased tool shall be provided by the successful contractor for demonstration of the resolution and status of the integrated FE-SEM with in situ serial blockface ultramicrotome. Test images shall be of rat liver and shall be reviewed and accepted by the NIDA IRP. These test images must be acquired in the microscope factory prior to delivery of the purchased system. All FE-SEM tools and features must be fully integrated and tested in the factory prior to delivery to the NIDA IRP. The test images shall be reproduced at the customer site. The contractor will also provide 24 hours of on-site FE-SEM applications training to familiarize users with the proper functioning and control of the equipment as well as 24 hours of on-site serial block face imaging applications training. This is a grand total of 48 hours of on-site training after delivery. Anticipated Period of Performance The FE-SEM shall be delivered and installed at the NIDA IRP site within fourteen (14) weeks after contractor receipt or award. The delivery location shall be 251 Bayview Boulevard, Suite 200, Baltimore, MD 21224. Initial delivery may be made at Dock #2 of this address and the contractor shall then deliver the equipment to its final location in Suite 200. Access to freight elevators shall be provided. The contractor must provide personnel and equipment capable of moving and rigging the equipment into position at the customer site. The contractor must calibrate the equipment upon delivery and installation. CONTRACT TYPE The Government intends to issue a firm fixed price contract for this requirement. QUESTION AND ANSWER PERIOD Interested contractors may submit questions relating to this requirement. Questions shall be submitted to the contract specialist, Lauren Phelps, via email at lauren.phelps@nih.gov by or before Friday August 15, 2014 at 6:00 PM EST. Late questions shall not be accepted. Questions will be anonymized and answered and the answers will be provided as soon as possible after the question deadline via solicitation amendment. APPLICABLE CLAUSES AND PROVISIONS All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial items apply to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a purchase order resulting from this solicitation on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price. The technical evaluation factors are as follows, in order of importance: 1. Factor 1: Technical Capability The Offeror shall detail in its technical proposal how it meets each of the project requirements. This shall include the specifications of the offered equipment. 2. Factor 2: Approach to Installation, Delivery, and Training The Offer shall detail in its technical proposal how it shall meet the installation, delivery, and training requirements. 3. Factor 3: Corporate Experience The offeror shall provide a list of two (2) contracts completed during the past five (5) years, similar in size and scope to the requirements outlined in the Statement of Work. Offerors shall include the following information for each contract identified: • Name of Contracting Organization • Contract Number • Contract Type • Total Contract Value • Description of Requirement and Specific Responsibilities of the Offeror as they relate to this SOW • Contract Period of Performance RESPONSE FORMAT Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The offeror must submit a technical response and a separate price quotation. The technical response should be prepared in reference to the evaluation criteria identified in this solicitation. The price quotation must include the requirements listed above as well as associated pricing. Responding large business offerors MUST also submit a small business subcontracting plan with its offer. Please see the attached document which details the small business contracting plan requirements. Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-RFQ-14-525. Responses shall be submitted electronically via email to Lauren Phelps, Contract Specialist, at lauren.phelps@nih.gov. Note 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. CLOSING STATEMENT All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-RFQ-14-583. Responses shall be submitted electronically via email to Lauren Phelps, Contract Specialist, at lauren.phelps@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-RFQ-14-583/listing.html)
 
Place of Performance
Address: 251 Bayview Boulevard, Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN03463959-W 20140815/140814000303-03a99862da7e56beef11918d38a72a09 (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.