Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2017 FBO #5764
SOLICITATION NOTICE

66 -- Acquisition of Nikon Eclipse Ti2-E inverted microscope

Notice Date
9/2/2017
 
Notice Type
Presolicitation
 
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
N02RC72619-76
 
Archive Date
9/13/2017
 
Point of Contact
Catherine Muir, Phone: (240) 276-5434
 
E-Mail Address
muirca@mail.nih.gov
(muirca@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 1E144, Bethesda, MD 20892, USA. Description: National Cancer Institute (NCI), Center for Cancer Research (CCR), Experimental Immunology Branch (EIB), plans to procure on a sole source basis a 3 Nikon Eclipse Ti2-E inverted microscope that is manufactured by Nikon Instruments Inc., 1300 Walt Whitman Road, Melville, NY 11747 USA. The response close date of this notice for this requirement is in accordance with FAR 5.203(a)(1). This acquisition will be processed under FAR Part 12 - Acquisition for Commercial Items and in accordance with simplified acquisition procedures as stated in FAR Part 13.106-1(b)(2), and is exempt from the requirements of FAR Part 6. The North American Industry Classification System code is 334516 and the business size standard is 1,000 employees. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. The equipment will be delivered and installed within 60-90 days of purchase order award. The Contractor must notify the NCI Technical Point of Contact, identified on the order, to schedule the delivery date and time, as well as the date and time of the training on the usage of the equipment. It has been determined there are no opportunities to acquire green products or services for this procurement. The Experimental Immunology Branch consists of seven (7) research laboratories, a flow cytometry facility, and a digital microscopy facility that perform investigations in basic immunobiology with particular emphasis on: (1) lymphocyte recognition, differentiation, and regulation; (2) cell biology of immune responses; (3) signal transduction; (4) structure, regulation, and function of genes involved in immune responses; (5) lymphocyte effector functions; (6) cytokine biology; and (7) cellular regulatory mechanisms. The Experimental Immunology Branch Microscopy and Digital Imaging Facility was established to provide EIB researchers access to a range of state-of-the-art microscopy research tools and techniques. The primary mission of the EIB Microscopy Facility is to develop and support the microscopy and digital imaging needs of EIB investigators conducting research in cellular and molecular immunology. The Contractor shall provide the following salient physical, functional, and performance characteristics, inclusive of hardware and/or software specifications, that are deemed essential to the needs of the Government: PRODUCT FEATURES/SALIENT CHARACTERISTICS • Inverted microscope stand that is fully motorized and software controllable • Motorized encoded X-Y stage with linear encoders, for image tiling/stitching and multi-position imaging with 200µm piezo Z-axis controller for z-stack image acquisition and accompanying specimen stage holders for microscope slides, multi-well plates and petridishes • CF160 optics, including plan-apo 10x, plan-apo 20x, and plan-apo 60x objective lenses • Yokogawa CSU-W1 dual-disk with 25 and 50-micron diameter pinholes • Built-in widefield bypass function to allow both low magnification (10x) non-confocal images and higher magnification (20x) confocal images to be collected and compared • Dual camera port with dichroic mirror for beam splitting to accommodate two (2) camera simultaneous imaging • Solid-state excitation laser combiner with 100mW laser outputs for each visible laser line, including 405nm, 488nm, 561nm, and 640nm laser lines • Drivers needed to support the Yokogawa CSU-W1 spinning disk confocal unit and Hamamatsu ORCA Flash 4.0 v3 sCMOS cameras • Be able to load two (2) cameras simultaneously as a unified driver with a master/slave configuration, with timing voltage pulses able to sync the cameras and allow real-time dual channel imaging, and ability to switch to single camera mode in seconds without having to restart the system • Software must be able to combine camera timing signals with NIDAQ control to drive slave analog and TTL devices at camera framerate with no software overhead during image acquisition • Image acquisition software capable of utilizing dual camera configuration with AOTF and piezo Z triggering, Perfect Focus System and focus surface parameters to optimize speed in acquiring large multi-channel z-stack extended field of view tiled datasets • Maximum flexibility for image acquisition including combining multi-point, multi-color, Z-stacking, large image tile, and time-lapse imaging into a single experiment, and include the JOBS module of the NIS-Elements software • Image tiling features of the acquisition image software include a ROI (region of interest) tiling option that reduces image acquisition time by skipping blank area surrounding the sample • Software capable of controlling the microscope hardware for image acquisition and image processing of the collected images, that include on-the-fly stitching of tiled images, and analysis of multi-dimensional image datasets such as advanced 3D tracking and quantitative volume measurements • Installation, training, subsequent application support, troubleshooting or re-training for the life of the instrument DELIVERY / INSTALLATION National Institutes of Health National Cancer Institute Center for Cancer Research Experimental Immunology Branch 9000 Rockville Pike, Building 10, Room 4A03 Bethesda MD, 20892-1360 TRAINING Provide unlimited training, demonstrating how to use the instrument, associated software, and how to perform preventative maintenance for the life of the equipment. PAYMENT Payment shall be made in arrears after delivery, installation, inspection and acceptance, and successful completion of the required training stated above. Payment authorization requires submission and approval of invoices to the NCI Technical Point of Contact and the NIH Office of Financial Management (OFM), in accordance with the payment provisions in the order, and in accordance with the following payment provisions: PROMPT PAYMENT (JUL 2013) FAR 52.232-25. Point of Contact and the NIH Office of Financial Management (OFM), in accordance with the payment provisions in the order. The following clause is applicable to all Purchase Orders, Task or Delivery Orders, and Blanket Purchase Agreement (BPA) Calls: PROMPT PAYMENT (JUL 2013) FAR 52.232-25. The proposed source is the only known source on the market that provides an instrument with all of the technical requirements highlighted in the Statement of Need required for research that is conducted at the EIB Light Microscopy and Digital Imaging Facility. There is no other known comparable technology to that of the proposed source's, and there are no other viable sources available in order to advance the CCR's scientific mission. The proposed equipment is essential to the Government's requirement, and market research indicates there are no other companies with a similar product to meet the Government's needs. This notice is not a request for competitive quotation. However, if any interested party, especially small businesses, believes it can meet the above requirement, it may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement. Responses must be received in the contracting office by 3:00PM EDT, on Sept. 12, 2017. All responses and questions must be in writing and faxed (240) 276-5401 or emailed to Catherine Muir, Contracting Officer via electronic mail at muirca@mail.nih.gov. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No collect calls will be accepted. In order to receive an award, Contractors must be registered and have valid, current Entity Record, including current Representations and Certifications, in the System for Award Management (SAM) through SAM.gov. Reference: N02RC72619-76 on all correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC72619-76/listing.html)
 
Record
SN04660405-W 20170904/170902230137-f5584ec9f562affda3710a5d7e9f8ee6 (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.