Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2020 SAM #6735
SOLICITATION NOTICE

66 -- Confocal Microscope Amendment 2. Changes in specs section 9 and typo corrected in section 10. Both section changed highlighted.. Close date/time is 05/08/2020 at 10:00 AM EST

Notice Date
5/6/2020 1:22:22 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
RPO EAST (36C24E) PITTSBURGH PA 15212 USA
 
ZIP Code
15212
 
Solicitation Number
36C24E20Q0079
 
Response Due
5/8/2020 12:00:00 AM
 
Archive Date
08/06/2020
 
Point of Contact
Contracting Officer: Michael Haydo Email: michael.haydo@va.gov
 
E-Mail Address
Michael.Haydo@va.gov
(Michael.Haydo@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Page 2 of 4 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24E20Q0079 Posted Date: 05/01/2020 Original Response Date: 05/06/2020 Current Response Date: 05/08/2020 Product or Service Code: 6650 Optical Instruments, Test Equipment, Components and Accessories Set Aside (SDVOSB/VOSB): Cascading Set-aside (see cascading instructions below) NAICS Code: 333314 Optical Instrument and Lens Manufacturing Contracting Office Address US Department of Veterans Affairs Regional Procurement Office East Research and Development Team 323 North Shore Dr. Pittsburgh, PA 15212 Description This is an open market combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a separate written solicitation document will not be issued. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92. The associated North American Industrial Classification System (NAICS) code for this procurement is 333314, with a small business size standard of 500 employees. The Regional Procurement Office, Research and Development Team based in Pittsburgh is seeking to procure one (1) Leica SP8LIA Microscopic system, or an equal/better item in accordance with the specifications. All interested companies shall provide quotation(s) for the following: Supplies Line Item Description Quantity Unit Price Total Price 0001 A Leica SP8 (or equal) Confocal Microscope system; Objectives and Prisms; Scan Head; Laser UV-VIS; Software and workstation. The offer shall include training, freight, installation, and a minimum one-year warranty. 1 The following are the minimum requirements for the proposed instruments: 1. A user friendly Wizard operating system for all functions. To allow each user to easily adjust channels for the specific needs of each specific application, be it speed, resolution, brightness or to minimize cross-talk between channels. The ability to be changed/modified at each use or saved for future applications and reproducibility. 2. A Confocal module which uses a filter free spectral SP detector with five individually adjustable channels. Adjustable channels can be set for either greatest signal detection or to minimize cross-talk between channels and chromophores, to assist in acquiring multiple labels in a single scan, another capability of the system. 3. A prism/grating based spectral detection (SP) The system shall utilize a single prism/grating and have the ability to detect simultaneous, multi-channel acquisitions. A prism/grating is the only optical element that can generate a spectral distribution with very high efficiency (greater than 95% regardless of wavelength) and with no dependence on polarization orientation. The offered system shall meet/exceed an arrangement of up to 5 independently tunable, filter-free detectors. The detectors offered shall spectrally adapt to any new fluorescent probes. Each detector shall instantly adapt to the optimal spectral range of the fluorophores being used, and the broad dynamic ranges associated with multi-wavelength fluorescence. 4. Super Sensitive GaAsP (gallium arsenide phosphide) detectors GaAsP detectors are preferred. The offered GaAsP detectors shall employ a hybrid arrangement of an EM CCD like element plus an Avalanche Photodiode stage that results in higher total quantum efficiency (TQE), greater dynamic range, and the absolute lowest possible noise. The arrangement facilitates extremely rapid readout (640 MHz) which results in maximum photon counting accuracy even when the sample exhibits both very bright and extremely dim structures. The GaAsP detectors shall be available in multiple versions that can be placed in a maximum of four (4) spectral detection positions for confocal imaging and Non-Descanned positiona for multi-photon imaging. 5. Galvano and Resonant Scanning System - the system shall be equipped with a Tandem Scanner (8 kHz), which includes both the tunable speed conventional scanner (1 Hz up to 3600 Hz bidirectional) and an 8 kHz resonant scanner (16 kHz bidirectional). Each scanner shall have a dynamic optical feedback loop to ensure long term, absolute stability and scan linearity in both directions. The system shall have a mirror arrangement and a completely independent scan fiels rotator to produce uniform filling of the entrance pupil objective (maximal confocality) without exaggerated beam expansion. The scan beam shall always exit the X and Y scan mirrors from the central pivoting axis, not the extreme corners of the scan mirrors. The scan field rotation shall function independently from the scan mirrors. The system shall be able to achieve frame rates in excess of 250 frames per second with multiple channels active simultaneously. Resolution from the resonant scanner shall have a minimum format of 2496 x 2496 for 3 simultaneous channels. Flatness of field for all laser lines is required. A minimum of three (3) Scanning Galvanometer mirrors such that high angle entrance into the back aperture of the microscope objective can be accomplished without significant drop off at the edges. The technology offered shall be able to be at least 22 mm Scan field with less than 1% intensity difference from edge to edge for mosaic tile stitching for large samples and accurate 3D imaging. 6. Resonance Scanning: Resonance Scanning which provides improved and increased signal detection allowing more rapid acquisition for decreased bleaching and increased throughput is required. For minimum 29 fps imaging at 512 x 512 resolution, with a maximum resolution of 2496 x 2496.. A high resolution FOV scanner for 22mm field of view at 8192 x 8192 (64 megapixel) resolution. Additionally, the system shall achieve this field of view with complete flatness correction for precise 3D measurements and mosaic tile stitching applications. 7. Galvano Scanning: One of the scanners shall be rotatable at least 200 degrees for long and narrow samples, such as a neuron, for much faster scans to capture rapid biological processes (290 or more fps at 512 x 16 resolution). A high resolution FOV scanner with at least a 22mm field of view at 8192 x 8192 (64 megapixel) resolution (or higher by image stitching). Additionally, the system shall achieve this field of view with complete flatness correction for precise 3D measurements and mosaic tile stitching applications. 8. Deconvolution Software and the Sub-Diffraction Limit detection: The system shall have deconvolution software and a detection package that allows for sub-diffraction limit imaging which utilizes deconvolution algorithms and pinhole adjustments to increase signal to noise detection, contrast, signal detection and image resolution, in 120 nm resolution in x-y axis and a 2x improvement in the z axis. 9. Lasers and Detectors: A minimum of five lasers and a spectral detection system allowing the use of different chromophores to place and differentiate different structures and elements, with the resolution to differentiate co-labeling and distinct labeling when necessary. Each channel must be individually adjustable allowing the user to choose between greatest signal strength versus reducing potential for cross-talk between channels. A white light laser system (or a system with equal/better capabilities) able to utilize multiple laser lines between the minimum ranges of 485nm-685nm. This system shall also allow the end user the ability to use any Fluorescent probe in this range and not only those limited to the 5 lasers (405, 488, 514, 561, 640). 10. Software and the LIGHTNING detection: The system shall offer a software and a LIGHTNING detection package (or equal) which utilizes deconvolution algorithms and rapid pinhole adjustments during acquisition to increase signal to noise detection, contrast, signal detection and image resolution, in 120 nm resolution in x-y axis and a 2x improvement in the z axis. A minimum of five lasers and five detectors allowing use of different chromophores to place and differentiate different structures and elements, with the resolution to differentiate co-labeling and distinct labeling when necessary. Five individually adjustable channels allowing user to choose between greatest signal strength versus reducing potential for cross-talk between channels. 11. FRET and FRAP: The system shall be configured to perform FRET and FRAP and software to control these. Shall also include an automatic water dispenser, absorption technique, and a 40x water objective to optimize its use for longer periods needed for real time dynamic capture live imaging. Having the ability to increase/boost laser power for FRAP applications is required. 12. Live Cell Imaging: Live real time imaging with Time Lapse Capability in multiple channels. A Tokai HIT (or equal) stage-top incubation system and the inverted configuration will allow real time live cell imaging. 13. Motorization: A motorized stage for z-series acquisition, x-y scanning and controls for Tiling/Stitching image acquisition. The ability to do Tiling or Stitching automatically acquiring multiple images that can be tiled together to create larger image. This shall also allow rapid Z Series mode. The system shall be able to travel a minimum of 1.5mm for thicker specimens. 14. Objective Lenses: A minimum of 8 objectives: 10x, 20x and 40x Air Objectives for long Working Distance (WD) applications including live imaging through a petri dish. A 40x Water Objective for high resolution live imaging (with special live cell chambers) with an automatic water dispenser, absorption technique and motorized correction for coverslips; a low magnification (minimum 16x) multi immersion objective lens, 40x Oil, 63x and 63x high magnification Glycerol or Silicone Objective for fixed specimens and for types of live cell imaging. An automatic water dispenser and absorption technique for the 40x water objective to optimize use for longer periods. Long working distance objectives for multiple magnifications. 15. Software: Image analysis software to allow 3-D reconstruction and rotation as well as 2-D and 3-D morphometry and Quantitative Analysis and also include software for specific applications such as FRET and FRAP. 16. Sub-Diffraction Limit Imaging: Resolution beyond the diffraction limit of light. Super resolution to reach a resolution of 120nm or better. This is possible with all detectors, simultaneously, for demanding high speed super resolution live cell applications. 17. Upgradability: The system shall have the ability to be upgraded to Fluorescence Lifetime Imaging Microscopy (FLIM). Must include the ability to add Nanoscopy to achieve resolutions of 30 nm in living cells. 18. Support: The system shall offer a support team to include a local account manager, confocal sales specialist, confocal applications specialist, and regional service personnel for support and repairs. The offeror shall also offer One-Call technical support Monday Friday 8-5pm EST for technical and applications support. This is a BRAND NAME OR EQUAL REQUIREMENT for a Leica SP8 Confocal Microscopic system or an equal (or better) system in accordance with the salient characteristics and the solicitation specifications. Any equivalent products shall meet, or exceed, all of the salient characteristics shown above. All responses shall include product information that demonstrates equivalency to the salient characteristics. Delivery: US Department of Veterans Affairs VA Hospital Ann Arbor 2215 Fuller Rd Ann Arbor, MI 48105 The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors Commercial, (ix) A statement regarding the applicability of Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. 52.212-4, Contract Terms and Conditions Commercial Items, 52.211-6, Brand Name or Equal 852.211-73, Brand name or equal. 852.246-70, Guarantee The following subparagraphs of FAR 52.212-5 are applicable: (a) All (b) Sections (1)(4)(8)(16)(21)(22)(26)(27)(28)(29)(30)(31)(32)(33)(42)(46)(49)(55) (d) All The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. In accordance with 52.212-2, Evaluation Commercial Items, the following will be used to evaluate offers: Award shall be made to the offeror whose quotation offers the best value to the government, considering the cascading procedures outlined below, technical capability, and price. The government will evaluate information based on the following evaluation criteria: (1) meeting the cascading rule of two under any tier; (2) technical capability factor ""meeting or exceeding the requirement , and (3) price"".�� Additional contract requirement(s) or terms and conditions determined by the contracting officer: Set Aside Cascading set-aside procedures with the order of precedence as follows: 1. In accordance with FAR Subpart 19.1405 and VAAR Subpart 819.7005, any award under this solicitation will be made on a competitive basis first to an eligible Service Disabled Veteran Owned small business [SDVOSB] concern provided that the conditions of 38 U.S.C. 8127(d) are met (the VA Rule of Two) whereby the Contracting Officer receives adequate competition of two or more small business concerns owned and controlled by Service Disabled Veterans, and that the award can be made at a fair and reasonable price that offers the best value to the United States. 2. If there is inadequate competition for award to an SDVOSB concern, the SDVOSB set-aside shall be withdrawn and cascaded to the next contracting order of priority in accordance with VAAR 819.7004, which is Veteran Owned Small Businesses (VOSB) and conducted in accordance with the procedures set forth in VAAR 819.7006 provided that the conditions of 38 U.S.C. 8127(d) are met (the VA Rule of Two) whereby the Contracting Officer receives adequate competition of two or more small business concerns owned and controlled by Veterans, and that the award can be made at a fair and reasonable price that offers the best value to the United States. 3. If there continues to be inadequate competition between SDVOSB and VOSB concerns, the cascading will continue through the contracting order of priority in accordance with VAAR 819.7004 and FAR 19.203. If the contracting officer determines that offers from small business concerns do not meet the solicitation requirements in terms of technical acceptability, past performance, and fair market price, the small business set-aside[s] will be withdrawn and award will be made on the basis of full and open competition. Adequate competition: Adequate competition shall be deemed to exist if At least two competitive offers are received from qualified, responsible business concerns at the set-aside tier under consideration; and Award could be made at fair market price as determined in accordance with FAR 19.202-6. The VA contracting officer reserves the right to consider competitive proposals submitted from all responsible offerors (including large businesses) in determining the fair market price. Due date and submission of quotes: Submission shall be received not later than 5/8/2020 at 10:00 AM EST and shall be directed electronically to Michael.haydo@va.gov. Offers shall be marked with the solicitation number. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Faxed and telephone offers will not be accepted. Information regarding the solicitation may be addressed to the Contracting Officer, Michael Haydo, michael.haydo@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/582c9f6906d84ba8bd52507b78e92dd6/view)
 
Place of Performance
Address: Ann Arbor, MI
 
Record
SN05648846-F 20200508/200506230207 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.