Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 18, 2020 SAM #6776
MODIFICATION

66 -- Inverted Microscope

Notice Date
6/16/2020 12:52:54 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-CSS-20-006720
 
Response Due
6/30/2020 9:00:00 AM
 
Archive Date
12/30/2020
 
Point of Contact
Debra C. Hawkins, Phone: 3018277751
 
E-Mail Address
Debra.Hawkins@nih.gov
(Debra.Hawkins@nih.gov)
 
Description
(I) 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. (II) The solicitation number is HHS-NIH-NIDA-NIA-CSS-20-006720 and the solicitation is issued as a Request for Quotation (RFQ). This solicitation is issued as full and open competition for the brand-name or equal product specified herein. 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. (iii) This solicitation incorporates the provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-06, effective June 5, 2020. �(iv) The associated North American Industry Classification System (NAICS) code: 333314�Analytical Laboratory Instrument Manufacturing, Size Standard is 500 Employees. � (v) Inverted Microscope (vi) Background / Purpose / Objective:� The National Institute on Aging has a general requirement for a microscope for daily and ongoing human tissue, animal and cell work of the Diabetes Section, Lipid Peroxidation Unit, and Cellular & Molecular Neurosciences Section.� Currently NIA does not have a microscope attached to camera that we can use to take pictures of H&E stained slides under brightfield for publication purposes. The NIA Sections perform H&E staining on a weekly if not daily basis but do not have a tool to record it with the same regularity. Furthermore, we are requesting that this microscope be equipped with the ability to photograph fluorescence slides � to be able to take basic pictures of islets and brain stained for basic green, blue and red fluorescence. We need this to quantify insulin and glucagon positive areas in pancreatin taken from our different mouse models.� The microscope has the capability to take high� quality pictures more productively and is versatile enough to meet our needs.� The combination of optics for both high resolution brightfield and fluorescence� and the ability to integrate the Zeiss Zen software into our downstream meta data analysis mean this specific system is required for NIA�s research purposes. The intent of this action is to purchase an inverted microscope. The microscope is brand-name or equal to the Microscope Axio Observer 3/5/7 KMAT, Part number: 491915-9880-010, manufactured by Carl Zeiss Microscopy, LLC, 1 North Broadway, White Plains NY 10601, consisting of the following items: (1) Axio Observer 5, Microscope stand Axio Observer 5, 431006-9901-000, 1-each; (2) Optovar Mount 1 Position Fixed, 431010-0000-000, 1-each;� (3) Sideport 60N L 100/100 2 pos f/Observer,� 425151-0000-000, 1-each; (4)� Mirror Insert VIS f/BaseSlider f/Vert200, 000000-1069-227, 1-each; (5) Binoc Tube 45/23 f/ Axio Observer,� 425537-0000-000; (6) Eyepiece E-PL 10x/23 Br. foc., 444235-9901-000, 2-each; (7) Folding Eyecup, 444801-0000-000, 2-each; (8) Mechanical stage 130x85 R/L, 432016-9902-000, 1-each; (9) Universal Mounting Frame K, 451352-0000-000, 1-each; (10)� Universal Mounting Frame KX,� 451353-0000-000, 1-each; (11)� Carrier Transmitted Light LCD Shutter,� 423926-9010-000, 1-each; (12) Illuminator microLED,� 423053-9072-000, 1-each; (13) ND filter 0.25 D32x2mm, 467849-0000-000, 1-each; (14) Condsr LD 0.55 H/DIC/Ph 6x Mot, 424244-0000-000, 1-each; (15) Reflected-light illuminator FL, 423606-9901-000, 1-each; (16) Reflector turret 6x mot, 424947-0000-000, 1-each; (17) FL Filter Set 49 DAPI,EX G365 S free, 488049-9901-000, 1-each; (18) FL Filter Set 38 HE GFP shift free, 489038-9901-000, 1-each; (19) FL Filter Set 43 HE Cy3 shift free, 489043-9901-000, 1-each; (20) Reflector Module FL EC P&C, 424931-0000-000, 3-each; (21) Dust Cover f/ Vert100/135/200, 459330-0000-000, 1-each; (22) EC Plan-Neofluar 5x/0.16 Ph1 WD=18.5 M27, 420331-9911-000, 1-each; (23) EC Plan-Neofluar 10x/0.30 Ph1 WD=5.2 M27, 420341-9911-000, 1-each; (24) EC Plan-Neofluar 40x/1.3 DIC WD=0.21 M27, 420462-9900-000, 1-each; (25) Objective LD PN 20x/0.4 Corr Ph2, 421351-9972-000, 1-each; (26) Objective PApo 20x/0.8, 420650-9902-000, 1-each; (27) Plan-Apochromat 63x/1.40 Oil DIC M27, 420782-9900-000, 1-each; (28) DIC Slider EC PN 10x 20x/PA 20x, 426940-0000-000, 1-each; (29) DIC Slider PN 40x, F 40x, PA 40x, 426944-0000-000, 1-each; (30) DIC Slider PA 63x/1.4 III HR, 426957-0000-000, 1-each; (31) Condenser Prism DIC II/0.55 w/ polarizer, 426720-0000-000, 1-each; (32) Condenser Prism DIC III/0.55 w/ Polarizer, 426721-0000-000, 1-each; (33) Immersion Oil 518F 20ml, FL Free, 444960-0000-000, 1-each; (34) Analyzer module DIC ACR P&C shift free, 424932-9901-000, 1-each; (35) C-Mount Adapter 60N C 1"" 1.0x, 426114-0000-000, 1-each; (36) Workstation Compact ZEISS 60BC, 410201-9910-000, 1-each; (37) Memory 16 GB (1x16) DDR4-2133 (Z240), 410201-1603-000, 1-each; (38) Language Pack Windows 10 Embedded x64 US, 410376-0200-000, 1-each; (39) Monitor TFT 27"" HP Z27n G2, 410350-2701-000, 1-each; (40) ZEN 3.0 pro, 410135-1002-300, 1-each; (41) Dongle / hardware license USB for ZEN, 000000-1066-465, 1-each; (42) Camera Axiocam 705 color, Microscopy Camera Axiocam 705 color (D), 426560-9050-000, 1-each; (43) X-Cite XYLIS UV385 1.5m LLG only, X-Cite XYLIS LED System, 410842-2114-000, 1-each; (44) 810-00022X Standard X-Cite Adaptor, 410842-2040-000, 1-each; and (45) Promotion Widefield Research Stands, 419991-9999-026, 1-each. The salient characteristics of the inverted microscope with brightfield and fluorescence capabilities are: (1) Inverted microscope stand; (2) Manual encoded� 6 position objective nosepiece ZEN software reads position and automatically applies correct scale factor to each image; (3) Motorized 6 position FL turret with a switching time of 250 ms.� It can be controlled via button on stand or thru software for easy automatic FL multi-channel acquisition; (4) Control TL and FL shutters via ZEN and simple buttons located on the side of the microscope; (5) Motorized condenser with phase rings and DIC prisms.� Controllable via ZEN and Microscope; (6) Tiltback arm has LCD display which lists the current position the microscope is in.� Including objective position, shutters open/ closed, FL turret position and lastly, TL voltage.� With display at eye level, the user can quickly see the current configuration; (7) Computer controlled LED transmitted light illuminator with variable intensity output. Greater than 10000 hours of lifetime with constant color temperature; (8) High efficiency hard coated shift free filters for standard fluorescence Imaging; (9) Integrated contrast manager to preset all light and microscope conditions; (10) Xcite Xylis LED Fluorescence light source; (11) Mercury-free; and (12) Controllable via ZEN software. Smart Setup: Easy hardware control - adapts system configuration according to chosen dyes from a large database of fluorochromes. Different acquisition modes are suggested (e.g. Fastest or Best Signal).Automated multichannel imaging via motorized 6-position reflector turret. Upgradeable to include patented ZEISS Apotome.2- Structured Illumination module for optical sectioning from widefield imaging.� Deconvolution algorithms included for software based optical sectioning; (13) 64-Bit operating system for efficient data handling and memory management of large datasets; (14) Software programmability and automation with control over all image acquisition functions via high level computer language (VBA 6.4).; (15) Multi-user environments capability; (16) User-specific Workspace setups; (17) Windows user login define capability; (18) Camera, color, combination of a small pixel size of 3.45 �m and a large number of pixels (2464 (H) � 2056 (W)). High Resolution.� High speed imaging up to 62 fps at full frame combined with a high dynamic range of 1: 25000 and 80% Quantum Efficiency guarantees brilliant, lossless images with the finest signal to noise and resolution of even the smallest details; (19) Imaging Workstation Windows 10 64bit OS with 16GB Ram; and (20) 27� Monitor. (vii) Government's Anticipated Delivery: Within Sixty (60) Days After Receipt of Order (ARO). Delivery Point: FOB Destination. Delivery Location: National Institute on Aging, 251 Bayview Boulevard, Baltimore, Maryland 21224. The successful offeror shall coordinate delivery arrangements with the customer prior to shipment. The Loading Dock hours are as follows: 8:00 am to 4:30 pm Eastern Time, Monday through Friday except on Federal holidays. All products delivered must contain a Packing Slip (with serial numbers as applicable). (viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The factors used to evaluate offers are the unique technical and performance capabilities of product and cost. Technical and past performance, when combined, are significantly more important than cost or price. (x) Offerors are advised to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. (xi) FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. (xiii) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating, is not applicable to this solicitation. (xv) All quotations or offers are due 12:00 Noon, Eastern Time, on June 30, 2020, and must reference the solicitation number noted herein.� Quotations or offers must be submitted electronically to the contact person identified herein at debra.hawkins@nih.gov.� Fax responses will not be accepted. (xvi) For information regarding this solicitation contact: Debra C. Hawkins Contractor, Acquisition Policy Analyst II, at debra.hawkins@nih.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/79d3540b4e4c40818e706df875a622db/view)
 
Place of Performance
Address: Baltimore, MD 21224, USA
Zip Code: 21224
Country: USA
 
Record
SN05692082-F 20200618/200616230202 (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.