Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2015 FBO #4954
SOLICITATION NOTICE

67 -- Camera Upgrade for FEI Tecnai G2 12 Electron Microscope

Notice Date
6/15/2015
 
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-15-450
 
Archive Date
7/15/2015
 
Point of Contact
Megan Ault,
 
E-Mail Address
megan.ault@nih.gov
(megan.ault@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; proposals are being requested and a written solicitation will not be issued. The solicitation number is HHS-NIH-NIDA-SSSA-RFQ-15-450 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 a 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) 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 2005-81, dated April 10, 2015. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Purpose The National Institute on Drug Abuse (NIDA) Intramural Research Program (IRP) Electron Microscopy Core requires one (1) OneView Camera. Project Requirements The OneView Camera must have the following characteristics: 1.The OneView camera adds powerful new video capabilities to the superb image quality which is expected from the UltrasScan US4000 camera. 2.The OneView camera sets a new performance benchmark in scientific imaging in transmission electron microscopy (TEM). 3.The OneView camera uses a proprietary CMOS sensor optimized for both sensitivity and speed. An ultra-fast built-in shutter allows users to image at near 100% duty cycle, guaranteeing optimal use of specimen dose and the highest quality imaging at the fastest frame rates. A redesigned scintillator and fiber optic faceplate are customized for the OneView CMOS sensor for single electron detection as well as high dose applications. 4.OneView camera eliminates the need to use the TEM's viewing screen. Align, search, focus, and stigmata with ease on a large monitor at 25 frames per second (fps), then seamlessly transition without needing to change modes to image or video capture through a completely redesigned, intuitive user interface. 5.Final image quality from OneView Camera is greater than the sum of its parts. The unparalleled 25 fps full resolution frame rate combined with in-line data processing enables real-time drift correction, dynamic range extension, and enables powerful image recording modes. 6.OneView image recording automatically optimizes for exposure time, signal-to-noise ratio, or total specimen dose. Select the optional real-time drift correction to maintain full image resolution in the presence of drift, and outlier removal to automate removal of captured x-rays and cosmic radiation. 7.The OneView In-Situ upgrade option can be used for in-situ EM. Record high quality video over a range of resolution and speed combinations, from 4096 x 4096 pixels at 25 fps, to 512 x 512 pixels at >300 fps. OneView camera's 100% duty cycle ensures the highest image quality possible. Take advantageof true UltraHD viewing modes at video frame rates, both for display and data recording with the in-situ option. 8.Stop guessing when an in-situ reaction will occur. Use the look back streaming video technology to post-event trigger video capture so users never miss the start of an in-situ reaction again. Look back features reduces total data storage requirements by allowing users to start the actual video capture after the desired reaction has begun, so that users only need to capture known good video. 9.The OneView camera enables users to view and capture data with the highest resolution across time and space to support all of TEM applications. Anticipated Period of Performance The contractor shall deliver the camera 16 weeks after receipt of award. Contract Type The Government intends to issue a firm fixed price contract for this requirement. 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 Approach (80%) 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: Delivery (20%) The Offeror shall confirm in its technical proposal that the delivery requirements detailed in this statement of need shall be met. 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. 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." CLOSING STATEMENT All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-RFQ-15-450. Responses shall be submitted electronically via email to Megan Ault, Contract Specialist, at megan.ault@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-RFQ-15-450/listing.html)
 
Place of Performance
Address: 251 Bayview Blvd, Ste 200, Dock #2, Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN03764622-W 20150617/150615234707-9247f888b7230df46501d0411f9af6d5 (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.