SOLICITATION NOTICE
65 -- EVOS FL Auto 2 Imaging System
- Notice Date
- 11/20/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical 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
- N02CO82506-36
- Archive Date
- 12/16/2017
- Point of Contact
- David H. Romley, Phone: 2402767822
- E-Mail Address
-
david.romley@nih.gov
(david.romley@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Title: EVOS FL Auto 2 Imaging System Document Type: Combined Synopsis / Solicitation Notice Solicitation Number: N02CO82506-36 Proposed Posted Date: 11/20/17 Proposed Response Date: 12/1/17 Classification Code: 65 - Medical, Dental & Veterinary Equipment & Supplies NAICS Code: 339112 - Surgical and Medical Instrument Manufacturing Business Size Standard: 1000 Employees Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E122, Bethesda, MD 20892, UNITED STATES. Non-USPS mail such as Fedex UPS and other private carriers please use Rockville, MD 20850. The National Cancer Institute (NCI), Center for Cancer Research (CCR), Office of the Director (OD), would like to procure a Brand Name or Equal EVOS FL Auto 2 Imaging System. This is a combined synopsis/solicitation for commercial items, prepared in accordance with 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. N02CO82506-36 includes all applicable provisions and clauses in effect through FAR FAC 2005-88 (May 2016) simplified procedures for commercial items. The North American Industry Classification System code is 339112 and the business size standard is 1000 employees. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. I. Description of Requirement The following product features/characteristics are required for this requirement: 1. The system is a compact integrated unit including: microscope, digital camera, computer, high power fluorescence lighting system. 2. The system includes an automated X-Y scanning stage with SBS microplate opening and accessory vessel holders. 3. The system includes automated objective turret, filter set and condenser. 4. The system simultaneously accommodates 4 independent high output LED light cube illuminators with integrated hard coated fluorescence band-pass excitation and emission filters for each cube plus a dedicated transmitted light slot. 5. The system is can simultaneously acquire images with four separate fluorescence channels plus transmitted light. 6. The fluorescence light cube is a single, interchangeable unit that can be easily removed and re-installed. 7. The system automatically recognizes which cube is installed and adjusts the software configuration accordingly. 8. The fluorescence LED illuminators have a lifetime of no less than 50,000 hours at 100% power. 9. The LED illuminators have independent intensity control. 10. The system includes two (2) cameras with auto-switching capabilities. 11. The system includes an integrated high-sensitivity CMOS monochrome camera with 1.3 million (1328x1048) pixels with 3.63 μm pixel resolution 12. The system includes an integrated high-sensitivity CMOS color camera with 3.2 million (2080x1552) pixels 2.5 μm pixel resolution. 13. The system accommodates a minimum of 5 objectives at once. 14. The system includes an option to autofocus using one of three algorithms. 15. The system provides a 1-click RGB channel overlay. 16. The system includes time lapse imaging capability. 17. The system includes tiling capability. 18. The system allows image acquisition in standard field mode and in area mode in which an entire sample vessel sector is visible. 19. The system allows identification and selection of a sample area of interest at low magnification in area mode and automatically scanning the selected area at higher magnification. 20. The system is capable of automated full plate scanning in time-lapse and/or area scan modes. 21. The system has a stage designed for an optional fully integrated onstage incubator for control of temperature, humidity and gases including CO2 and O2 at normoxic and hypoxic conditions. 22. The system includes software. 23. The system includes free downloadable software updates. 24. The system has at least one DVI output port and three USB output ports. 25. The system supports direct output to USB and networked storage. 26. The system provides the following output file formats: jpg, tif, and png. 27. The system enables user to have control through touch screen LCD monitor. 28. The system footprint does not exceed 18" deep x 14" wide x 13" high. II. Delivery: Contractor shall deliver the item(s) within 6 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 award, contractor must notify the NCI Technical Point of Contact to schedule the delivery. III. Payment: Payment shall be made after delivery and acceptance by the Technical Point of Contact. Payment authorization requires submission and approval of invoice by the NCI COR and NIH Commercial Accounts. QUESTIONS ARE DUE: November 28, 2017 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 quote. The Government reserves the right to make an award without discussions. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR 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. 52.212-1 Instructions to Offerors Commercial Items (Jan 2017); 52.212-2 Evaluation Commercial Items (OCT 2014): FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- (Jan 2017) WITH DUNS NUMBER ADDENDUM {52.204-6 (Oct 2016)}; FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (Jan 2017); FAR Clause 52.212-5: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (Nov 2017). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition; FAR Clause 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006) FAR Clause 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) FAR Clause 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) FAR Clause 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) FAR Clause 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644) FAR Clause 52.219-28, Post Award Small Business Program Representation (Jul 2013) FAR Clause 52.222-3, Convict Labor (June 2003) FAR Clause 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) FAR Clause 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR Clause 52.222-26, Equal Opportunity (Sep 2016) FAR Clause 52.222-35, Equal Opportunity for Veterans (Oct 2015) FAR Clause 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) FAR Clause 52.222-37, Employment Reports on Veterans (Feb 2016) FAR Clause 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) FAR Clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR Clause 52.225-1, Buy American Act--Supplies (May 2014) FAR Clause 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) Alternate II (May 2014) of 52.225-3 FAR Clause 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) FAR Clause 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) Full text copies of the representations and certifications for other cited provisions and clauses may be obtained online at the NCI website at http://ncioa.cancer.gov/oa-internet/ or from David Romley, Contract Specialist at David.Romley@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 12:00 p.m. EST on December 1, 2017. Please refer to solicitation number N02CO82506-36 on all correspondence. Faxed quotations will NOT be accepted. Quotations may be submitted via email to David Romley, Contract Specialist at David.Romley@nih.gov. All questions shall be in writing and may be addressed to the aforementioned individual noted above. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management through sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02CO82506-36/listing.html)
- Record
- SN04744823-W 20171122/171120230849-4badf6f24b086bba9ebdef9c3ce1ad7f (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 |