Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
MODIFICATION

66 -- Transmission Electron Microscope for NINDS - Amendment 1

Notice Date
7/11/2018
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
NIH-NIDA-CSS-18-4959231
 
Archive Date
7/25/2018
 
Point of Contact
Jason Williams, Phone: 3014965985, Nancy Lamon-Kritikos, Phone: 301-480-2447
 
E-Mail Address
Jason.Williams1@nih.hhs.gov, nancy.lamon-kritikos@nih.gov
(Jason.Williams1@nih.hhs.gov, nancy.lamon-kritikos@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Amendment 1 SF-30 to extend the due date for quotes/proposals to July 20, 2018 (changed from July 16, 2018) SOLICITATON IS HEREBY AMENDED TO EXTEND THE DUE DATE FOR QUOTES/PROPOSALS TO 5 PM JULY 20, 2018 (changed from July 16, 2018). PLEASE SEE ATTACHED AMENDMENT 1 -- SF-30. PLEASE ACKNOWLEDGE RECEIPT OF THIS AMENDMENT BY EITHER CONTACTING THE CONTRACTING OFFICER BY E-MAIL AT willjas@nida.nih.gov OR BY SIGNING AND RETURNING A COPY OF THE ATTACHED SF-30 WITH YOUR QUOTE/PROPOSAL. Title: Transmission Electron Microscope for NINDS 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 NIH-NIDA-CSS-18-4959231 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 expected to exceed the simplified acquisition threshold. The associated NAICS code is 334516, "Analytical Laboratory Instrument Manufacturing" and the small business size standard is 1,000 or fewer employees. This acquisition is unrestricted, with no small business restrictions. Both large and small business offers shall be considered for award. Contract Type A firm-fixed price type contract is contemplated for this requirement. Statement of Need and Purpose: The purpose of this acquisition is to procure one (1) transmission electron microscope for the National Institute of Neurological Disorders and Stroke (NINDS) Electron Microscopy Facility (EMF). Background Information and Objective: The EMF at the National Institute of Neurological Disorders and Stroke (NINDS) provides technical support to intramural researchers in conducting research into the causes, treatment, and prevention of neurological disorders. The intramural scientists seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological diseases. A major part of the research activities within the EMF critically depends on transmission electron microscopy, especially emerging capabilities in precision mapping positions of objects (rendering possibilities of correlative LM and EM studies), ease of stitching for making montages, tilting for stereo viewing, and tracing serial sections for 3D reconstruction. Generic Name of Product: Transmission Electron microscope Quantity: One (1) transmission electron microscope is required. Installation and on-site training are also required. Contract Type: A firm-fixed price type contract is anticipated for this acquisition consistent with commercial practices. Salient characteristics The NINDS EMF requires one (1) transmission electron microscope that meets the following specifications: 1.The GUI integrated to manage processing must be Windows 10-based and capable of displaying TEM conditions, operation windows, digital camera (where appropriate) and STEM/EDS data. User logon must include a lock-out mechanism using expertise levels ranging from beginners to administrators as well as personalized work environments including assignment of multifunctional knobs/buttons on the knob sets. A touchscreen must be part of the standard configuration. 2.Must provide computer training in the form of a set of tutorials and user guides. They must be designed to help beginners familiarize themselves with microscope operation and assist experienced users to explore advanced functions. Tutorial videos combined with the function-oriented GUI to assist microscopists at all levels of expertise is a desired feature. 3.The specimen rod must have a double o-ring to prevent vacuum leaks through the goniometer. When inserted, the volume between these o-rings is continuously pumped, creating an tight differentially pumped airlock system which will allow the microscope to return to 10-5 Pascal operating vacuum range withing 15 sec of inserting the specimen rod. 4.The microscope must come with a viewing chamber that support the use of binoculars and fluorescent viewing screens. 5.The microscope must have exchangeable polepieces. It must enable lab staff to change polepieces easily with no major realignments required following exchange. High contrast, high resolution and STEM polepieces need to be completely exchangeable to address the needs of a multi-user facility. 6.The microscope must have a cantilever-style, micro-active goniometer with motor driven 5-axis control. The specimen holding system must be tension free and employed for this cantilever-style goniometer for excellent mechanical stability. Stage translation shall be by trackball or mouse. The goniometer must automatically return to stored positions when these positions are selected by the operator. Prior to specimen exchange all five axes must be automatically brought to zero in a single operation. This goniometer is essential for automated operation such as tomography and digital montaging. 7.A quick-change specimen holder must be standard requiring only a tweezer to exchange samples. the specimen rod must accommodate multiple tips for special applications such as tomography and preserving calibration grids. 8.A four-specimen holder must be included. The holder must allow at least four specimens into the column with one insertion of the holder for rapid comparison of grids. 9.The goniometer must tilt up +/-80 degrees to acquire the most complete tomography datasets. No special goniometer should be required for tomography. Dual axis solution must be possible using special-purpose holders. 10.The microscope must have an image orientation system (IOS), which rotates the image +/- 90 degrees in increments of 15 degrees using the imaging lenses (i.e.. independent of a tilt/rotate holder). Thus the best image orientation can be achieved without removing the holder and manipulating the grid. When rotating the image, the stage movement directions must compensate so that the image continues to move along the same original directions. The image size must remain constant when the IOS is operated. 11.The microscope should allow for simple selections of modes such as LOWMAG, MAG and SADIFF using simple switches on the GUI or on the knobsets. Mode switching should not require re-alignment of the column. 12.When changing the high tension the alignment must be automatically recalled at key voltages, i.e. 40, 60, 80, 100 and 120 kV and a voltage as low as 10kV must be possible. 13.A Minimum Dose System (MDS) must be present. It should consist of three independent modes, Search, Focus and Photo. In both the focus and search modes it is possible to observe features surrounding the area of interest with minimal perturbation of the area that will actually be photographed under minimum dose conditions. Optionally, software must be available which supports a graphical mode of setting off-axis conditions and also allows for user-specified lens values. 14.For cryo-EM an anti-contaminator and cryo-shield must be present that achieves an ice contamination rate of no more than 0.5 nm/hr measured from low-dose images of tilted latex beads without significant limiting the field of view. For optimal protection the cryo-shield must completely surround the specimen. 15.The system must be equipped with AMT-BioSprint29L-ActiveVu camera or equivalent. 16.Microscope system should have the ability to interface in GUI with a Matataki Flash camera or equivalent (a sCMOS based camera with 2k x 2k 6.5-µm pixels operating at 30 fps). The aforementioned camera is NOT part of this acquisition; please do NOT included pricing for a Matataki Flash or equivalent camera. The only requirement for this acquisition is that the microscope system have the ability to fully interface with such a camera. 17.The vacuum system must be diffusion pump-based. 18.This system must be compatible with software automation packages available such as JADAS, the JEOL Automated Data Acquisition Software, LLP and Picture Overlay. JADAS is a package designed for Single Particle Acquisition (SPA). LLP is Limitless Panorama that offers stage-based montaging to cover the entire grid. Picture Overlay is a software utility that allows for the overlay of a digital image acquired from an optical microscope in CLEM workflows thereby combining the spatio-temporal information from a fluorescence microscope with high-resolution structural data from a TEM. Alternatively, freely available academic-based software such as SerialEM (UC Boulder) and Leginon (NYSBC) must be available. Both these software packages acquire large quantities of high quality data without operator intervention from frozen-hydrated specimens for SPA. Additionally, tomography, montaging and picture overlay are also supported by SerialEM. This software package fully automatically acquires high-quality tilt series at user-specified locations. All software packages geared towards SPA must be capable to acquire high resolution images at user-specified points of interest that are visited using stage movement while maintaining eucentricity, focus and drift below user-specified thresholds. 19.The microscope must be capable of achieving a minimum magnification of 10x and a maximum magnification of 1,200,000x. The minimum magnification in MAG mode must be 200x, thus providing for a large field-of-view without having to switch into LOWMAG mode. Warranty Requirements: The Contractor shall provide a one (1) year warranty on all equipment, parts and repairs. All products shall be warranted to be free from material defects in workmanship or material under normal use and service for warranty period. Term Options for Extented Warranty Coverage: Four successive one-year Term Options for extended warranty coverage on all TEM equipment, parts and repairs are anticipated to be made part of the subject contract. Each successive one-year Term Option for extended warranty coverage will be firm fixed price. Term Option Pricing Schedule: Term Option 1 (12-month extended warranty coverage commencing upon expiration of standard one-year warranty period): $______________ Term Option 2 (12-month extended warranty coverage commencing upon expiration of Term Option 1 warranty period): $________________ Term Option 3 (12-month extended warranty coverage commencing upon expiration of Term Option 2 warranty period): $______________ Term Option 4 (12-month extended warranty coverage commencing upon expiration of Term Option 3 warranty period): $_______________ On-Site Training Requirements: On-site customer training in the use of the equipment is required following installation. Training shall be for up to six (6) individuals and shall have a duration of at least thirty (30) hours. Training must be at the customer site and shall take place between the hours of 8:00am and 5:00pm, Bethesda, MD local prevailing time, Monday through Friday. On-site customer training is request to occur within three weeks of equipment installation. Delivery Schedule and Location: The Contractor shall deliver and install the required equipment within twenty (20) weeks after receipt of order. Delivery must be FOB Destination and must include inside installation. The equipment shall be delivered and installed between the hours of 8:00am and 5:00pm, Bethesda, MD local prevailing time, Monday-Friday. Delivery and Installation Location: National Institutes of Health Building 49, Room 3C68 49 Convent Drive Bethesda, MD 20892 The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government on the basis of lowest price, technically acceptable. The following factors shall be used to evaluate offers: In addition to price, the Government will award a contract on the basis of technical acceptability in accordance with the Salient Characteristics section of the Purchase Description, the vendor's ability to meet the required delivery schedule contained in the Delivery Date section, and the required warranty as indicated in the Warranty section of the Purchase Description contained in this combined synopsis/solicitation. Past performance shall also be considered. (b)Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement (this requirement contains four successive 12-month Term Options for extended warranty coverage). The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors are to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer (see attachment). Please indicate country of origin of offered product(s). The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See attached document, "FAR 52.212-5 Applicable Clauses", for clauses applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. 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 5 PM EST July 16, 2018 and reference number NIH-NIDA-CSS-18-4959231. Responses shall be submitted electronically to Jason Williams, Contracting Officer at willjas@nida.nih.gov Fax responses will not be accepted. For any questions or further information regarding this solicitation, please contact Jason Willliams, Contracting Officer, NINDS Contracts Management Branch, NIDA, NIH at PH: 301-496-5985; E-mail: willjas@nida.nih.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIH-NIDA-CSS-18-4959231/listing.html)
 
Place of Performance
Address: Contractor's facility (integration and training to be provided at the NIH main campus in Bethesda, MD), United States
 
Record
SN04988132-W 20180713/180711231459-db647180b312391e30f657212c9f3730 (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  © 1994-2020, Loren Data Corp.