Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 20, 2014 FBO #4652
SOLICITATION NOTICE

66 -- Carl Zeiss LSM 710 Single Photon Microscope OR Equal

Notice Date
8/18/2014
 
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-CSS-FY14-613
 
Archive Date
9/9/2014
 
Point of Contact
Shaun C. Miles, Phone: 3014515042
 
E-Mail Address
shaun.miles@nih.gov
(shaun.miles@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
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; quotations are being requested and a written solicitation will not be issued. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-FY14-613 and the solicitation is issued as a request for quotation (RFQ). 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, MD 20892. Point of Contact: Shaun Miles, Contract Specialist, Telephone: 301-451-5042, Email: Shaun.Miles@nih.gov 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 2006 - 05-76, dated July 25, 2014. PROVISIONS AND CLAUES INCORPORATED BY REFERENCE AND FULL TEXT: The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. Contract Terms and Conditions - Commercial Items per FAR clause at 52.212-4 apply to this acquisition. Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, found at FAR clause at 52.212-5, also apply to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Other Provisions and Clauses: 52.204-7 System for Award Management (JUL 2013) 52.204-13 System for Award Management Maintenance (JUL 2013) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications. (DEC 2012) 52.233-4 Applicable Law for Breach of Contract Claim 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): FAR Clauses: http://acquisition.gov/far/ (End of provision) 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/these address(es): FAR Clauses: http://acquisition.gov/far/ (End of clause) SMALL BUSINESS SET ASIDE STATUS: This combined synopsis/solicitation is NOT set aside for small businesses. The associated NAICS code is 334516 - Analytical Laboratory Instrument Manufacturing. BACKGROUND INFORMATION: The mission of The National Center for Advancing Translational Sciences (NCATS) is to apply the tools of small molecule screening and discovery to the development of chemical probe research tools, for use in the study of protein and cell functions, and biological processes relevant to physiology and disease. The purpose of this potential acquisition is to meet NCATS need of a single photon confocal imaging system to measure cellular and subcellular phenotypic characteristics of cell based assays for the new stem cell group. The new stem cell assays will utilize fluorescence based reagents and proteins to examine the cells observable phenotypic traits such as morphology, development, biochemical and physical properties. PROJECT REQUIREMENTS: The Contractor shall provide one (1) Zeiss LSM 710 Single Photon Microscope OR Equal product with the following salient functional and performance characteristics: • The confocal microscope must be on a fully motorized inverted platform with high resolution point scanning galvo • Point scanning galvo must be coupled with 3 channel detector unit with filter-less technology that allows flexible configuration of emission collection window between 400-750nm independently for all channels with 1 nm resolution • Sequential high resolution spectral scanning that utilizes user selectable fixed width detection slits (3.0, 5.0, 10.0 nm widths) transverse the emission spectrum to build up the emission spectrum. The utilization of the fixed width slit ensures that the user collects repeatable and accurate emission spectrum. • The instrument must be able acquire 8 frames per second @512x512 pixels using user defined collection bands for all 3 channels • 360 degree scan rotation at 8 frames/second • Detection unit directly coupled to scanning unit for high efficiency • 6KX6K at 16 bit image acquisition specifically to be used with 5x/0.25NA objective • 10nm focus step over full 25mm range of travel of focus • System must include 405, 458,488,514,543,633nm laser lines • Computer controlled metal halide fluorescence illuminator • X,y motorized scanning stage with joystick • Automatic image analysis with automatic segmentations and 30 measurement parameters, profiles, histograms, colocalization, 3D rendering software, spectal unmixing all need to be integrated into control software • Laser reflection blocking of at least 7 OD • The following objective lenses are specified Fluar 5x/0.25, Plan Apochromat 10x/0.45, Plan Apochromat 20x/0.8, and LD C-Apochromat 40x/1.1 W must be included • The system must be upgradeable to perform multiphoton imaging. The contractor shall deliver these items within fourteen (14) weeks after receipt of order to the following address: 9800 Medical Center Drive Building B Rockville, MD 20850 EVALUATION CRITERIA: The Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose offer is lowest price and technically acceptable. A firm fixed price purchase order is anticipated. Price will be evaluated in accordance with FAR 13.106-3(a). RESPONSE REQUIREMENTS: 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: 1. Unit price 2. List Price 3. Product Description 4. Shipping and Handling Costs (Quoted as a separate line item) 5. The delivery period after contract award 6. Contractor Dun & Bradstreet Number (DUNS) 7. Contractor Taxpayer Identification Number (TIN) 8. Contractor Point of Contact Information All quotes must be received by August 25, 2014 at 11:00 AM EST and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-FY14-613. Responses must be submitted electronically to Shaun Miles at Shaun.Miles@nih.gov. Only electronic email submissions shall be accepted. Fax responses will not be accepted. For information regarding this solicitation, please contact Shaun Miles via telephone at 301-451-5042 or via email at Shaun.Miles@nih.gov. Price quotes will be due on the solicitation closing date and must be held for 90 days. Contractors responding to this solicitation are advised that, prior to award, the Government may request Contractors to submit information/data to support price reasonableness such as copies of paid invoices for the same or similar items, sales history for the same or similar items, price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. Small business certification must be included in the contractor's SAM profile if the contractor is quoting as a small business.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-FY14-613/listing.html)
 
Place of Performance
Address: Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN03468815-W 20140820/140818235233-9a12945afbc5902bedea5f07a0b46695 (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.