SOLICITATION NOTICE
66 -- Microscope and Camera (brand name or equal)
- Notice Date
- 8/15/2017
- 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, 6001 Executive Boulevard, Room 3165, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-PSOL-2017-639
- Archive Date
- 9/8/2017
- Point of Contact
- Andrea McGee, Phone: 301480-2449, Andrea McGee, Phone: 3014358781
- E-Mail Address
-
amcgee@nida.nih.gov, amcgee@mail.nih.gov
(amcgee@nida.nih.gov, amcgee@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Microscope and Camera (brand name or equal) HHS-NIH-NIDA-SSSA-PSOL-2017-639 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)-PSOL-2017-639 and the solicitation is issued as a request for quotation (RFQ). 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-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94/95, dated January 19, 2017. The associated NAICS code for this requirement is 334516 Analytical Laboratory Instrument Manufacturing, size standard 1000 employees. BACKGROUND The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. Our lab studies the molecular biology, neural circuit and behavior aspects of cirdadian clock in mammals using genetically manipulated mouse strains. Mouse brain tissue is the major experimental material we work with on a daily basis. We do fine manipulations on small tissues or even single cells, observe phenotypes and record data by taking high quality pictures or videos. Therefore, we need to purchase high quality stereo and inverted microscopes, compatible digital cameras and compatible microinjection system. PURPOSE AND OBJECTIVES In our lab, most of the animal tissue manipulation and experimental specimen observation have to be done under microscopes. In addition, we need compatible digital cameras to connect to the microscopes for data documentation. In some cases, we need to do microinjection into single cells or at precise locations on small tissues, therefore a compatible microinjection system is necessary. In summary, this whole set of equipment is for our daily experimental tissue manipulation, observation and data documentation. They are fundamental tools for our research. Features/Requirements: •Two Zeiss Stemi 508 stereo microscopes with accessories •Two LED illuminators with accessories for stereo microscopes •One Zeiss Axiovert A1 inverted microscope system •One external LED illuminator (X-cite 120LED) for inverted microscope •Three fluorescence filters •One ZEN lite module •One 5x EC Plan-Neofluar objective lens •One 10x EC Plan-Neofluar objective lens •One 20x EC Plan-Neofluar objective lens •One 40x EC Plan-Neofluar objective lens •One AxioCam ERc5s color camera •One AxioCam 506 color camera •One Eppendorf microinjection InjectMan •One FemtoJet for microinjector •One microinjector mounting for Axiovert A1 Salient characteristics: •Two high quality stereo microscopes with LED illumination. •One high quality inverted microscope with external LED illumination and three fluorescence filters. •The inverted microscope should be equipped with one high resolution wide-field color camera. •The stereo microscope should be equipped with one high resolution color camera. •One microinjection system which is compatible with both stereo and inverted microscopes. Part Numbers: 1.410900-9123-004 Stemi 508 Qty 1 2.435064-9000-000 Stemi 508 Body Qty 1 3.435425-9000-000 Stand K EDU Qty 1 4.435525-9020-000 Double Spot Illuminator K LED Qty 2 5.435525-9050-000 Ring Illuminator K LED segmentable Qty 2 6.431030-9010-000 Microscope stand Axio Vert.A1 TL/RL Qty 1 7.425523-9030-000 Bin. Phototube 45°/23(50:50) Qty 1 8.432037-9000-000 Specimen stage 232x230 mm Qty 1 9.432333-9040-000 Object guide M 130x85 mm Qty 1 10.432333-9030-000 Mounting frame Flex M Qty 1 11.432333-9050-000 Mounting frame insert Flex M Petridish Qty 1 12.432333-9060-000 Mounting Frame, slides and chambers Qty 1 13.444039-9000-000 Eyepiece Pl 10x/21 Br foc Qty 2 14.424228-9000-000 Condsr LD 0.3 for sliderv Qty 1 15.426717-9000-000 Slider Ph/PlasDIC, H, Ph/PlasDIC Qty 1 16.426717-9130-000 Phase stop Ph 1/0.3 for slider Qty 1 17.426717-9140-000 Phase stop Ph 2/0.3 for slider Qty 1 18.410842-2105-000 X-Cite 120LED mini System Qty 1 19.410812-2017-000 39000 - AT DAPI/Hoechst/AlexaFluor 350 Qty 1 20.410812-2020-000 39002 - AT - EGFP/FITC/Cy2/Alexa 488 Qty 1 21.410812-2014-000 39004 - AT TRITC/Cy3/TagRFP/Alexa 546 Qty 1 22.434308-9000-000 Dust protection set for Axio Vert Qty 1 23.425146-9031-000 Intermediate phototube, left port Qty 1 24.425146-9050-000 Slider with mirror 100% Qty 1 25.423004-9020-000 Illuminator LED for Axio Vert Qty 1 26.410135-1001-230 ZEN 2.3 lite HWL (with modules) Qty 1 27.410137-1034-110 ZEN lite Mod. Multi Channel HW Lic. Key Qty 1 28.426113-0000-000 C-Mount Adapter 60N C 2/3" 0.63x Qty 1 29.426114-0000-000 C-Mount Adapter 60N C 1" 1.0x Qty 2 30.420331-9911-000 EC Plan-Neofluar 5x/0.16 Ph1 WD=18.5 M27 Qty 1 31.420341-9911-000 EC Plan-Neofluar 10x/0.30 Ph1 WD=5.2 M27 Qty 1 32.421351-9970-000 LD Plan-Neofluar 20x/0.4Ph2CorrWD=8.4M27 Qty 1 33.421361-9970-000 Objec. LD Plan-NEOFLUAR 40x/0.6 Ph2 corr Qty 1 34.424931-0000-000 Reflector Module FL EC P&C Qty 3 35.410900-4265-400 AxioCam Erc5s rev 2, w/Accessory Kit Qty 1 36.426540-9901-000 AxioCam ERc 5s Rev.2 Qty 1 37.426540-0003-000 AxioCam ERc 5s Rev.2 Accessory pack Qty 1 38.426556-0000-000 Camera Axiocam 506 color Qty 1 Eppendorf Accoessories 39.410823-0187-000 5192000027 InjectMan 4, 120 V, 60 Hz Qty 1 40.410823-0185-000 5252000021 FemtoJet 4i Qty 1 41.410823-0177-000 5192312002 Mounting for Axiovert A1 Qty 1 42.410823-0176-000 5192321001 Bridge Adapter Qty 1 Period of Performance 30 days ARO The following FAR provisions shall apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial Items, 52.212-2, Evaluation--Commercial Items. Evaluation factors that will be used to evaluate the offer most advantageous to the Government, price and other factors considered, include ability to meet the technical requirements stated in this pre-solicitation and on basis of best value to the government. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. The Clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and the Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Respondents proposing on an equal product of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. 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 August 24, 2017 at 12:00 pm, Eastern Standard Time (EST) and reference number HHS-NIH-NIDA-SSSA-PSOL-2017-639. Responses may be submitted electronically to Andrea McGee amcgee@mail.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-PSOL-2017-639/listing.html)
- Place of Performance
- Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04630135-W 20170817/170815232622-6ef857d76fd447c03b76a6818b4ff97a (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 |