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 -- Brand name or equal Zeiss Elyra PS1 superresolution system for PALM and SIM including 4 laser lines (405, 488, 561, and 640 nm.

Notice Date
9/10/2014
 
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
N02RC42648-85
 
Archive Date
10/2/2014
 
Point of Contact
Terry Galloway, Phone: 240-276-5384, Seena Ninan, Phone: 240-276-5419
 
E-Mail Address
gallowaytl@mail.nih.gov, ninans@mail.nih.gov
(gallowaytl@mail.nih.gov, ninans@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E156, Bethesda, MD 20892, UNITED STATES. Non-USPS mail such as Fedex, UPS and other private carriers please use Rockville, MD 20850. Description The National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research Laboratory of Receptor Biology and Gene Expression (CCR LRBGE) Optical Imaging Core (Bldg.41) plans to procure the Brand name or equal Zeiss Elyra PS1 superresolution system for PALM and SIM including 4 laser lines (405, 488, 561, and 640 nm.). This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation: No. N02RC42648-85 includes all applicable provisions and clauses in effect through FAR FAC 2005-76 (August 2014) simplified procedures for commercial items. The North American Industry Classification System code is 334516 and the business size standard is 500 employees. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. I. Description of Requirement NCI/LRBGE Optical Microscopy Core has been in existence for 15 years. During this period the core has served more than 230 users from across the NCI, and work done in the Core has resulted in over 200 publications. Although the core is housed in the LRBGE, 60% of its users come from other NCI laboratories. Thus the core provides an NCI-wide resource. The Core also provides services and opportunities for collaborative research for other NIH Institutes. The Core provides state-of-the-art confocal microscopy, deconvolution microscopy and digital imaging to perform high quality basic, translational and clinical research in cancer biology and to train students, residents, and fellows in state of the art methods in optical microscopy. Key application areas in the Core include imaging of single, double and triple labeled proteins and multi-color FISH of DNA and RNA in fixed and living specimens. Long-term Time-lapse imaging of live specimens is also a common application. Advanced procedures include methods for the determination of molecular interactions within live cells such as fluorescence correlation spectroscopy (FCS) and fluorescence resonance energy transfer (FRET). Most of those procedures will benefit substantially from super resolution (SR) techniques that just recently became available commercially. Super resolution methods allow the substantial increase of microscopy resolution up to 4-5 times in XY and Z beyond the diffractional limit of the conventional light optical imaging (~ 200 nm in XY and ~ 700 nm in Z). SR improves (1) the high resolution and 3D maps of the intracellular structures such as centrosomes, nuclear pores, neuronal synapses, intercellular contacts, large chromatin domains, cytoskeleton architecture etc., (2) the accurate measurements of the cellular objects size or distance between the objects, (3) the resolution between densely packed structures such as individual transcripts in the cytoplasm, (4) and allows high-precision quantification (molecule counting in organelles and structures). Parts required: Zeiss Elyra PS1 PALM/SIM system includes: - 4 Laser lines (405, 488, 561 & 640 nm); - ZEN software, PC (Win 7 Ultimate, 64Bit, 192 GB of RAM) - 30" monitor. - Camera Andor 895 EMCCD for PALM/dSTORM - Camera pco.edge sCMOS for SR-SIM - Alpha Plan-APO 100x/1.46 Oil DIC VIS - Plan-Apochromat 63x/1.40 Oil DIC M27 - PALM & SR-SIM processing module - Filter set 3 Package for SR Systems - Compensation module Definite Focus - Beam Combiner Mod UV/VIS f/ Def.foc pol - Nosepiece 6x MOT w/Definite Focus SR - 3D-PALM module - 3D-PALM wedge 1' - ZEN Module 3D PALM Hardware License Key - ZEN Module sequ. DC-PALM Hardware Lic - ECU table housing - Axio Observer.Z1 for Superresolution - Z-drive Operation Flat Left Imgr/Obsrvr - Optovar Turret 3 Position Mot - Mirror Insert MOT f/VIS-FP-BP f/Vert 200 - Sideport 60N L 100/100 2 pos f/Observer - Optovar 1.6x f/Vert200/Observer D1/Z1 - Scanning stage Piezo 130x100 - XY Stage Controller Piezo/USB - Joystick 2 Axis f/stage controller Piezo - Binoc Tube 45/23 f/ Axio Observer - Laser safety Axio Observer ELYRA - Fastening Kit For Inverted - Cable set for HR systems without LSM - Cable set for LSM 710 - Incubator for superresolution microscopy - Docking station with TFT display - Camera Adapter side port left - Dust Cover f/ Vert100/135/200 - Transmitted light Illuminator LSM - Lamphousing 12V/100W w/ Collector - Reflector Module FL EC ACR P&C - FL Filter Set 74 HE GFP/mRFP shift free - X-Cite 120 PC with 1.5m Liquid Light Gu - Condsr LD 0.55 H/DIC/Ph 6x Mot - Eyepiece PL 10x/23 Br foc - Universal Mounting Frame K - EC Plan-Neofluar 10x/0.30 WD=5.2 M27 - System table ELYRA - Workstation for Super Resolution - 192GB - ZEN desk 2012 Hardware License Key The following Salient Characteristics must be provided: • 4 laser lines (405, 488, 561, and 640 nm) • Zen Software, 64 bit PC compatable with current LRBGE systems • Definite focus for extended observations • Piezo Scanning Stage with special chamber for superresolution • Piezo Stage is equipped with multiple inserts that allow accomodation for the different types of samples from standard slides to the chambers with live specimens, and to the 96 well plates. • Two powerful cameras each of which is fine-tuned to the specific module - sCMOS for SIM and EMCCD for PALM. • Dual SIM and PALM capacities the system wil be capable of attenuation of the level of superresolution and it will be capable of imaging both live and fixed specimens. • Wide range of applications including time lapse, 3D, 4D FRET, FRAP and Molecular Quatification. • Training and installation included Trade in of current government owned Leica Inc DMIRBE Microscope, Dell Computer Corp Optiplex GX1 CPU, Ilyana Electronic Corp A102GT monitor and NEC Corp Monitor 125F is anticipated with this purchase. II. Delivery : Contractor(s) shall deliver the item 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 installation 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. QUOTATIONS ARE DUE: September 17, 2014 at 11:00 am EST. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: 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. 52.247-34 FOB Destination 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) 52.203-13, Contractor Code of Business Ethics and Conduct 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 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 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 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act 52.225-5 Trade Agreements 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 52.211-6 Brand Name or Equal. (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," 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 "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" 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 modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" 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 "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/reference.jsp or from Terry Galloway, Contracting Officer at gallowaytl@mail.nih.gov. 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. Quotations must be received in the NCI-OA contracting office by 11:00 a.m. EST on September 17, 2014. Please refer to solicitation number N02RC42648-85 on all correspondence. No collect calls will be accepted. Electronic mail quotations will be accepted. All questions shall be in writing and may be addressed to the aforementioned individual noted above. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA) through the System for Award Management at sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC42648-85/listing.html)
 
Record
SN03505295-W 20140912/140911000043-021ce0ad4354747165bd33094f6c41c8 (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.