Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2015 FBO #5017
SOLICITATION NOTICE

66 -- Acquisition of a Brand Name or Equal Hamamatsu NanoZoomer-XR System

Notice Date
8/17/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Bldg 1050, Frederick, Maryland, 21702, United States
 
ZIP Code
21702
 
Solicitation Number
N02RC52673-57
 
Point of Contact
Reyes Rodriguez, Phone: 240-276-5442
 
E-Mail Address
reyes.rodriguez@nih.gov
(reyes.rodriguez@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, 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 (CCR), plans to procure a Brand Name or Equal Hamamatsu NanoZoomer-XR System. This is a combined synopsis/solicitation for commercial items, prepared in accordance with the 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. N02RC52673-57 includes all applicable provisions and clauses in effect through FAR FAC 2005-83 (August 2015) 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. It has been determined there are no opportunities to acquire green products or services for this procurement. I. Description of Contractor Requirements The Laboratory of Pathology, CCR, NCI, NIH seeks to procure a high throughput whole slide imaging instrument capable of imaging in both bright field and fluorescence. The instrument will be housed in the Experimental Pathology Laboratory, a section of LP, CCR, NCI, dedicated to LP-centric research projects including core support for the investigators of LP, as well as LP-driven research projects carried out in the Experimental Pathology Laboratory. The instrument will be used for a diverse set of studies, including imaging of cells, tissue (including anatomic pathology samples) and tissue microarrays in both bright field (transmitted light) and fluorescent (reflected) imaging modes. The following Salient Characteristics must be provided: • The instrument shall be a whole slide imager, capable of generating images of microscope slides in both brightfield (transmission, white light) and fluorescence (reflective, monochromatic light). An external computer (controller) and light source(s) shall be included. • Must be an instrument capable of generating high-resolution (0.45 to 0.25 micron/pixel) "whole slide image" of microscope slides. • The instrument shall image in an "upright" fashion, such that the slide is on the bottom, the tissue rest on the slide and the cover slip is on top (up). • The instrument shall generate images via transmitted multi-spectrum white light and in reflective fluorescent modes. • The images shall be of a type where compression of the image format is controllable by the user to specify how compressed the image file is. • The output file format shall be compatible with existing image server/databases in the Laboratory of Pathology. (The laboratory currently has two databases, both from Leica, that do accept multiple image formats, however not all formats are supported.) 1. Specific features of the hardware include: 1.1 The instrument shall be a single unit, capable of imaging both fluorescent and brightfield coverslipped slides of 3 x 1 inch format. 1.2 The instrument and associated computer shall produce an output of a single file, representing an image pyramid, that can be viewed at different magnifications. 1.3 The imager shall have software/hardware capable of reading 1-D and 2-D barcodes and integrating this information into the image file name. 2. Specific features of the optics include: 2.1 A 20X objective, NA 0.75. 2.2 The instrument must utilize a Kohler condenser for the transmitted illumination, with an appropriately matched numeric aperture (NA) to the objective (image collecting) lens. 2.3 The instrument shall provide positions for at least six (6) emission and six (6) excitation concurrent filters for fluorescent imaging. 2.4 Presence of an optical doubler to generate images at twice the spatial resolution (40X equivalent) as obtained with the 20X objective. 3. Specific features of slide loader include: 3.1 Loads 3 x 1 inch slides automatically 3.2 The instrument shall have an autoloader such that in excess of 300 slides can be loaded, and scanned independent of user intervention at one time. 4. Additional specific features of the instrument include: 4.1 The imager can generate an image of a composite of images captured at different focal planes (z-stack) for the entire slide. 4.2 The detector has a spatial resolution greater than 0.50 um/pixel at 20X and 0.25 um/pixel with the optical doubler in place. 5. The critical elements that are unique include: 5.1 One box for bright field and fluorescence. 5.2 Z-stack image of the entire slide. 5.3 300 slide capacity. Additional Requirements: • All shipping and handling cost must be included in the quote. • A minimum 12-month manufacturer warranty must be provided (please indicate this in the quote). 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: August 26, 2015 at 1:00 pm EST. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: 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) 52.212-1 Instruction to Offerors Commercial Items (April 2014) 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 (March 2015) WITH DUNS NUMBER ADDENDUM (52.204-6 (July 2013): 52.212-4 Contract Terms and Conditions Commercial Items (December 2014), applies to this acquisition. 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items (May 2015). 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 (Sep 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (41 U.S.C. 3509) 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (JUL 2013) (Pub.L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313). 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). 52.219-8 Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637 (d) (2) and (3). 52.219-28 Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a) (2)). 52.222-3 Convict Labor (JUNE 2003) (E.O. 11755). 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126). 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (APR 2015) (E.O. 11246). 52.222-35 Equal Opportunity for Veterans (JUL 2014) (38 U.S.C. 4212). 52.222-36 Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-37 Employment Reports on Veterans (JUL 2014) (38 U.S.C. 4212). 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011)(E.O. 13513). 52.225-1 Buy American Act - Supplies (MAY 2014) (41 U.S.C. chapter 83). 52.225-3 Buy American Act--Free Trade Agreements--Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, Pub. L. 108-77, 108-78, 108-286, 108-302 109-53, 109-169, 109-283, 110-138, Pub. L.112-41, 112-42 and 112-43). 52.225-5 Trade Agreements (NOV 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.225-13 Restrictions on Certain Foreign Purchase (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33 Payment by Electronic Funds Transfer System for awards Management (JUL 2013) (31 U.S.C. 3332). 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). 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 Reyes Rodriguez, Contracting Officer at reyes.rodriguez@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 www.sam.gov. Quotations must be received in the NCI-OA contracting office by 1:00 p.m. EST on August 26, 2015. Please refer to solicitation number N02RC52673-57 on all correspondence. No collect calls will be accepted. Electronic 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 www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/FCRF/N02RC52673-57/listing.html)
 
Place of Performance
Address: TBA, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03841354-W 20150819/150817234734-9fbf4eb15403cb69396bea0a817ed354 (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.