Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2014 FBO #4675
SOLICITATION NOTICE

66 -- Zeiss Axio Imager Z2 Microscope System

Notice Date
9/10/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens 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-14-728
 
Archive Date
10/4/2014
 
Point of Contact
Megan Ault,
 
E-Mail Address
megan.ault@nih.gov
(megan.ault@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
(i)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. (ii)The solicitation number is HHS-NIH-NIDA-CSS-14-728 and the solicitation is issued as a request for proposal (RFP). 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. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76, dated January 25, 2014. (iv)A notice regarding any set-aside restrictions, the associated NAICS code 333314 - Optical Instrument and Lens Manufacturing and the small business size standard is 500 employees. (v)Zeiss Axio Imager Z2 Microscope System (vi)The National Institute of Mental Health (NIMH) has a requirement for a Zeiss Axio Imager Z2 microscope system to be used by the National Institute of Mental Health (NIMH) Division of Intramural Research Program (DIRP). The brand name or equivalent microscope must meet the brand name Zeiss Axio Imager Z2 microscope system. •Neurolucida - Standard advanced software for microscope based scientific research •Stereo Investigator - Standard advanced software for design based stereology •Stereo Investigator - desktop version (no control of motorized stage or grame grabber) •Upgrade Stereo Investigator license •Image stack extension module •Virtual tissue 3D extension module •Software integration module for controlling automated microscope functions •2-axis computer-controlled stepping motor system comprised of 6in x 4 in XY stepping stage with linear encoders, joystick, slide holder and external 3-axis stage controller with interface to PC •Slide holder for 6in x 4in stage (upright) stage to hold (6) 1x3in or (3) 2x3in slides •Software integration module for controlling motorized stage •Focus measurement encoder •Color digital camera, 2/3in chip, 1388 x 1049 active pixel output at 13 frames per second •2 Adjustable C-mount adapters •Monochrome digital camera, low noise CMOS chip 2048 x 2048 pixels with native output at 100fps, 16-bit 4.0 megapixel imaging •(2) 64-bit PC workstation •(2) 27-in LED flat panel monitor with IPS. 2560 x 1440 pixel native resolution •Operating System with Adobe Acrobat 11 software and antivirus software •(2) 1500 VA Uninterruptable power supply (UPS) battery backup/surge protector •Zeiss ApoTome system integration •Calibration grid slide with reference grid squares in dimensions of 25um and 250um increments •Toolkit: 1 Extra long metric ball hex wrenches (1.5, 2.0, 2.5, 3, 4, 5mm), 1 English ball hex wrenches (5/64 to 5/16in), 1 Screwdriver set (slotted 1, 2, 3, 4mm, phillips #000, #00, #0, #1) 11 piece ball-hex L key set, inch sizes 1/16 in to 1/4 in. •Installation and training •Biolucida: Image Server software for 2D and 3D images •Systems integration for Biolucida cloud server •Zeiss Axio Imager Z2 microscope system configured for brightfield and multi-channel fluorescent work with Neurolucida and/or Stereo Investigator •X-Cite 120LED system includes LED head, manual and PC control, flange and USB cable •Objective set: 2.5x Plan-Flaur, 5x, 10x, 20x, 40x Air and 63x/1.40 Oil Plam Apo objectives •DIC Kit for ZO-30a objective package •Fluorescent filter cube set #49 for DAPI •Fluorescent filter cuber set #38HE for Cy2 •Flourescent filter cube set #43HE for Cy3 •Flourescent filter cube set #50 for Cy5 •Vibration isolation platform for microscope •ApoTome software integration module •Zeiss ApoTome: includes ApoTome slider, grids, control box, reflector module calibration "ApoTome" ACR P&C, mirror and fluorescence test slides and case Optional: Neurolucida upgrade and support subscriptions Stereo Investigator software upgrade and support subscription Neurolucida installation support Biolucida software upgrade and support subscription Remote training Extended warranty on Zeiss Axio Imager Z2 microscope Extended warranty on Zeiss AxioCam camera Extended warranty on a Zeiss ApoTome (vii)It is expected that delivery of all requirements will be completed approximately 10-12 weeks after contractor receipt of order. (viii)The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix)The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (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, price and other factors considered. Technical when combined is more important when compared to price. The following factors shall be used to evaluate offers: (1)Technical Capability - The offeror must include all items detailed in the project requirements in its quotation. The offeror must confirm the ability to meet delivery requirements. (2)Price (b) A written notice of award or acceptance of an offer emailed 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 or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x)The provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition. (xi)FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. An addendum to FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The addendum includes the following FAR Clauses and provisions, and terms and conditions: (a)52.217-9, Option to Extend the Term of the Contract (Mar 2000) (b)HHSAR 352.239-70, Standard for Security Configuration (c)HHSAR 352.239-71 Standard for Encryption Language (d)HHSAR 352.239-73(a), Electronic and Information Technology Accessibility (e)Homeland Security Presidential Directive (HSPD)-12 (f)Federal Information Security Management Act of 2002 (P.L. 107-347) (FISMA) (xii)FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xiii)There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiv)The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv)Responses to this RFP will be accepted from ALL responsible offerors. 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. 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 and a price proposal. The price proposal must include the unit prices and the total price for the laser system. 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." All responses must be received by September 19, 2014, 11:00 a.m., Eastern Standard Time, and must reference number HHS-NIH-NIDA-CSS-14-728. Responses may be submitted electronically to Megan Ault, Contract Specialist at megan.ault@nih.gov. Fax responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-14-728/listing.html)
 
Place of Performance
Address: National Institute of Mental Health, 35A Convent Drive, Building 35A, Room 2D755, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03504708-W 20140912/140910235520-7ad7f595744955e94015fcd1f83b4079 (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.