SOLICITATION NOTICE
66 -- Brand Name or Equivalent, Zeiss Axio Scan.Z1 System with FL reflected Light Train
- 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
- N02RC42651-85
- 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 I. Description of Requirement The National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Genitourinary Cancer Pathogenesis (LGCP) plans to procure the Brand name or equal Zeiss Axio Scan.Z1 system unit with FL reflected Light Train. The following features are necessary and unique to this particular instrument: Robust and High Quality Imaging and Scan Process: • unique geometric and color calibration process that guarantees constant output over time and across multiple devices • Must handle both 1x3" slides and 2x3" slides without safety issues. Slides of varying thicknesses, orientation, and labeling can be accommodated in the same scan process. • Advanced tray to allow the complete specimen area to be scanned. • Must be able to use multiple contrasting methods including BF, FL, and the new Ring Aperture Contrast (RAC) in one, easily upgradable device. • Must accommodate up to four objectives (2.5x / 10x + 20x + 40x). • Must be capable of high resolution z-stack and extended focus image capture. High-performance Fluorescence: • Must use the new contrasting method RAC to focus on fluorescence samples without exposing the samples to potentially damaging excitation wavelengths. This guarantees minimal bleaching of the sample prior to imaging. • RAC needs to be performed using a separate channel than FL, meaning and overlay of the image is possible, and that there is no loss in quality of your FL images. • Must be capable of housing up to 10 FL filter cubes at one time. • Compatible with the Colibri, LED illumination system for fast, safe worry free FL excitation. • Must be configured with high-speed filter wheels for very fast FL imaging. • Should be configured with a high-speed extremely sensitive scientific grade CMOS camera (4 MP / 16 bit) Image Analysis: • Must be fully integrated into the Carl Zeiss ZEN software platform making it easy for users of other Carl Zeiss systems to quickly adapt to the scanner software. • Work with an open and documented interface that lets you access your data with your own programs. Unlike a closed platform, this means you can export the images and continue using the data in any way you choose. • In addition to image data, the scanner must store metadata, putting away a complete record of all the operations in a log file so you can retrieve the data at the click of a button. This facilitates documentation and supports preventive maintenance, thus reducing unscheduled outages. Ease-of-use: • Reliable workflow for tissue detection, focus and image capture so that images will be created and ready to view in the least amount of time possible. • One push button operation for acquiring up to 100 images • Must be compatible for multiuser facilities and allow for specific user management. A master user can define roles and permissions for additional users with ease. • Must be easy for users to scan batches of slides, and also to define priority slides. Even once a scan processes has begun new slides can be loaded into the system and scanned mid batch. Web-based Software for Viewing: • ZEN browser organizes your data online and cross-platform via an intuitive web interface. That keeps your images filed together with metadata and supporting documents. • A user management function restricts access to authorized individuals only. • Use the free ZEN browser app for iPads and iPhones to build up image database via a mobile front end. Compatibility with Existing Systems and Networks: • Must be able to interchange parts, such as the PLAN APO objectives, if necessary. • The new system must be compatible with currently owned Zeiss, and PC-based equipment. • Must be able to network this new system to other computers and printers in the laboratory, thus allowing for easy image transfer and/or printing. Service and Support: • On site service and technical support following installation of microscope. Specialists must continue to maintain your systems, repair them and supply spare parts until customer is satisfied with performance of the instrument • Must include at least a 12 months warranty on parts and labor. • Must have service contract available that includes preventive maintenance, repairs, spare parts, and on site technical support II. Delivery Contractor(s) shall deliver the item within eight (8) weeks 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 and Training To be carried out by the manufacturer and shall occur within approximately one week of delivery. IV. Payment Payment shall be made after delivery, installation, and successful operation of the camera parts. 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 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. 52.247-34 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 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-internet/reference.jsp or from Terry Galloway, Contracting Officer at terry.galloway@nih.gov. Quotations must be received in the NCI-OA contracting office by 11:00 a.m. EST on September 17, 2014. Please refer to the solicitation number N02RC42651-85 on all correspondence. No collect calls will be accepted. Faxed or electronic mail quotations will 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 September 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. Primary Point of Contact: Terry Galloway, Contracting Officer terry.galloway@nih.gov phone: 240-276-5384 fax: 240-276-5401 Secondary Point of Contact: Seena Ninan, Contracting Officer ninans@mail.nih.gov phone: 240-276-5419
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC42651-85/listing.html)
- Record
- SN03505323-W 20140912/140911000101-61b916b6a1c3b8de0465ac855336b49d (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 |