Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 11, 2020 SAM #6799
SPECIAL NOTICE

66 -- Procurement of one (1) new generation Gatan K3 digital camera upgrade for a Government-owned Titan Krios High Resolution Electron Microscope

Notice Date
7/9/2020 12:01:10 PM
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH
 
ZIP Code
00000
 
Solicitation Number
75N91020Q00124
 
Response Due
7/16/2020 12:00:00 PM
 
Archive Date
07/31/2020
 
Point of Contact
Megan Kisamore, Phone: 2402765261
 
E-Mail Address
megan.kisamore@nih.gov
(megan.kisamore@nih.gov)
 
Description
1.0�� �DESCRIPTION The Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Cell Biology (LCB), plans to procure, on a sole source basis, one (1) new generation Gatan K3 digital camera upgrade for a Government-owned Titan Krios High Resolution Electron Microscope, from Gatan Inc., 780 Commonwealth Dr Warrendale, PA, 15086-7521. The response close date of the notice for this requirement is in accordance with FAR 5.203(b). This acquisition will be processed under FAR Part 13.5 � Simplified Procedures for Certain Commercial Items in accordance with 41 U.S.C. 1901; 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. � It has been determined there are no opportunities to acquire green products or services for this procurement.� 2.0�� �BACKGROUND The National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Cell Biology (LCB) requires the procurement of one (1) new generation Gatan K3 digital camera for a Government-owned Titan Krios High Resolution Electron Microscope (serial # D3211 ). The digital camera is one of the most important components in high-resolution electron microscopy. The digital camera produces ultra-high clarity and low noise images of biological specimen at high magnification. This type of camera detects and records electrons instead of light with unprecedented sensitivity and precision. It played a major role in the recent breakthrough in cryo electron microscopy solving protein structure at atomic resolution. The Titan Krios in CCR/LCB is currently equipped with a Gatan K2 digital camera with a Gatan Bioquantum Image Filter. However, the Government requires one (1) new generation Gatan K3 digital camera, inclusive of Bioquantum K3 Digital Microscopy software in order to achieve a much faster frame rate and larger field of view. These advantages will greatly benefit future applications such as high-resolution cellular tomography as well as increased data collection efficiency for experiments that yield atomic resolution protein structures. 3.0�� �TYPE OF ORDER This is a Firm Fixed-Price Purchase Order. 4.0�� �SPECIAL ORDER REQUIREMENTS 4.1�� �PRODUCT FEATURES/SALIENT CHARACTERISTICS The following product features/characteristics are required:� ��� �23.5 mega pixel, which offers large field of view and captures more features in each micrograph. The current camera (K2) is 16 mega pixels; ��� �Detector sensor chip fabricated at 5um pixel for optimal signal transduction; ��� �High frame rate at 1500 frame per second (fps), in order to reduce image noise and blurring; ��� �High detection quantum efficiency (DQE) at high dose rate, at 15 electron/pixel per second; ��� �New computer control system to replace the current system. The new system shall provide more stability, which is important to minimize unnecessary downtime; ��� �Must be compatible with the Gatan BioQuantum Image Filter, which is currently installed on the Government-owned Titan Krios High Resolution Electron Microscope;� ��� �Most current version of software (Digital Micrograph GMS 3.1 or equivalent) for camera and energy filter controls, capable of online and offline use; ��� �Direct electron detector with a back-thinned sensor for ultra-high electron sensitivity, important for low electron dose imaging; ��� �Must support electron counting mode and super resolution mode for high resolution data collection on the existing, Government-owned Titon Krios; ��� �Sensor and digitizer must be water-cooled to -20 degree C with the microscope water cooling network for protection against electron radiation damaging and electronic heating; ��� �Network of optical fibers to connect the detector to the digitizer for signal digitization; and ��� �A larger energy filter aperture (5760x4092 pixels) specifically for the K3 camera.� 4.2�� �DELIVERY / INSTALLATION / TRAINING Delivery shall be within 120 business days of Purchase Order award. All shipping/handling (including FOB) and delivery/installation fees, parts and labor, shall be included. Upon delivery, the Contractor shall notify the NCI Technical Point of Contact (TPOC), TBD at award, to schedule the installation date and time. Installation shall be completed within 30 business days after delivery. Onsite installation shall be provided during standard business hours (defined as 8:00 am � 5:00 pm EST, Monday through Friday, excluding Federal Holidays). Installation shall be performed by an OEM-trained and certified engineer/representative.� During installation, the Contractor shall disconnect the current K2 camera and immediately mount the K3 camera onto the microscope. The Contractor shall not remove the K2 camera from the Government�s facility once it has been disconnected. After pumping down the projection chamber, the Contractor shall connect the fiber-optic cables to the controlling computer and water-cooling hoses to the microscope chiller. �Once everything is connected, the Contractor shall configure the computer, install new software, and calibrate the camera. An acceptance test shall be performed to ensure the product is within specification before signing off. The Contractor shall provide basic user training at the time of install. The full installation shall be completed within 10 business days. The Contractor shall deliver the equipment to the following address: Delivery Address: 37 Convent Dr.� Rm 2122 Bethesda MD, 20892 The Government will relocate the equipment to the installation site prior to installation. The Contractor shall install the equipment at the following address:� Installation address:� 37 Convent Dr.� Rm B211 Bethesda, MD 20892 4.5�� �WARRANTY The Contractor shall warrant that any instruments, equipment and components are free of defects in design, material, or manufacture for a period of at least one (1) calendar year from date of acceptance by the Government.� The Contractor shall also warrant and imply that items delivered are merchantable and fit for use for the particular purpose described in this contract in accordance with FAR 52.212-4, Contract Terms and Conditions � Commercial Items. 5.0�� �PAYMENT Payment shall be made upon delivery, inspection and acceptance by the Government. Payment authorization requires submission and approval of invoices to the NCI Technical Point of Contact and NIH OFM, in accordance with the payment provisions listed below:� The following clause is applicable to all Purchase Orders, Task or Delivery Orders, and Blanket Purchase Agreement (BPA) Calls: PROMPT PAYMENT (JAN 2017) FAR 52.232-25.� Highlights of this clause and NIH implementation requirements follow: I�� �INVOICE REQUIREMENTS A.�� �An invoice is the Contractor's bill or written request for payment under the contract for supplies delivered or services performed. �A proper invoice is an ""Original"" which must include the items listed in subdivisions 1 through 12, below, in addition to the requirements of FAR 32.9. �If the invoice does not comply with these requirements, the Contractor will be notified of the defect within 7 days after the date the designated billing office received the invoice (3 days for meat, meat food products, or fish, and 5 days for perishable agricultural commodities, dairy products, edible fats or oils) with a statement of the reasons why it is not a proper invoice. �(See exceptions under II., below.) �Untimely notification will be taken into account in the computation of any interest penalty owed the Contractor. 1.�� �Vendor/Contractor: �Name, Address, Point of Contact for the invoice (Name, title, telephone number, e-mail and mailing address of point of contact). 2.�� �Remit-to address (Name and complete mailing address to send payment). 3.�� �Remittance name must match exactly with name on original order/contract. �If the Remittance name differs from the Legal Business Name, then both names must appear on the invoice. 4.�� �Invoice date. 5.�� �Unique invoice #s for all invoices per vendor regardless of site.� 6.�� �NBS document number formats must be included for awards created in the NBS: �Contract Number; Purchase Order Number; Task or Delivery Order Number and Source Award Number (e.g., Indefinite Delivery Contract number; General Services Administration number); or, BPA Call Number and BPA Parent Award Number. 7.�� �Data Universal Numbering System (DUNS) or DUNS + 4 as registered in the Central Contractor Registration (CCR). 8.�� �Federal Taxpayer Identification Number (TIN). �In those exceptional cases where a contractor does not have a DUNS number or TIN, a Vendor Identification Number (VIN) must be referenced on the invoice. �The VIN is the number that appears after the contractor�s name on the face page of the award document. 9.�� �Identify that payment is to be made using a three-way match. 10.�� �Description of supplies/services that match the description on the award, by line billed.* 11.�� �Freight or delivery charge must be billed as shown on the award. �If it is included in the item price do not bill it separately. �If identified in the award as a separate line item, it must be billed separately. 12.�� �Quantity, Unit of Measure, Unit Price, Extended Price of supplies delivered or services performed, as applicable, and that match the line items specified in the award.* * NOTE: �If your invoice must differ from the line items on the award, please contact the Contracting Officer before submitting the invoice. �A modification to the order or contract may be needed before the invoice can be submitted and paid.� B.�� �Shipping costs will be reimbursed only if authorized by the Contract/Purchase Order. �If authorized, shipping costs must be itemized. �Where shipping costs exceed $100, the invoice must be supported by a bill of lading or a paid carrier's receipt. �� �For inquiries regarding payment call: (301) 496-6088 II�� �ELECTRONIC INVOICE SUBMISSION The current national emergency and the need to protect Federal and Contractor staff has resulted in a change to NIH�s invoice submission process. Effective Wednesday, April 1, 2020, all NIH contractors/vendors invoices should be sent electronically via email to the NIH Office of Financial Management (OFM) and the NIH Contracting Officer (CO) using the electronic submission instructions contained in Attachment #1. Electronic invoice submission shall remain in effect until the Government formally notifies the Contractor of a return to mail-in invoice procedures detailed in this purchase order. III�� ��� �INVOICE PAYMENT A.�� �Except as indicated in paragraph B., below, the due date for making invoice payments by the designated payment office shall be the later of the following two events: 1. The 30th day after the designated billing office has received a proper invoice. 2. The 30th day after Government acceptance of supplies delivered or services� � � performed. B.�� �The due date for making invoice payments for meat and meat food products, perishable agricultural commodities, dairy products, and edible fats or oils, shall be in accordance with the Prompt Payment Act, as amended. IV.�� �INTEREST PENALTIES A.�� �An interest penalty shall be paid automatically, if payment is not made by the due date and the conditions listed below are met, if applicable. 1. A proper invoice was received by the designated billing office. 2. A receiving report or other Government documentation authorizing payment was � � � processed and there was no disagreement over quantity, quality, or contractor� � � compliance with a term or condition. 3. In the case of a final invoice for any balance of funds due the contractor for supplies� � � delivered or services performed, the amount was not subject to further settlement� � � actions between the Government and the Contractor. C.�� �Determination of interest and penalties due will be made in accordance with the provisions of the Prompt Payment Act, as amended, the Contract Disputes Act, and regulations issued by the Office of Management and Budget. IV. �� �PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS � � ��� �SUBCONTRACTORS, FAR 52.232-40 (DEC 2013) a)�� �Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor.� b)�� �The acceleration of payments under this clause does not provide any new rights under the prompt Payment Act. Include the substance of this clause, include this paragraph c, in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items. NCI, CCR, LCB currently owns a Titan Krios high resolution electron microscope (S/N D3211) equipped with Bioquantum Image Filter with K2 camera, an image detection system manufactured by Gatan Inc. The microscope is serving NCI investigators for acquiring high-resolution images of protein macromolecules, cellular complexes, and pathogens for vaccine research. However, the Government requires one (1) new generation Gatan K3 digital camera, inclusive of Bioquantum K3 Digital Microscopy software, in order to achieve a more efficient frame rate and larger field of view. This is a hardware upgrade to Government-owned equipment. Due to the complexity of the existing microscope configuration, the upgrade to the new, Gatan K3 camera is the only option to ensure full compatibility and hardware utilization with the existing instrument. Since CCR�s microscope is currently equipped with a Gatan BioQuantum Image Filter (GIF), the new, K3 digital camera will be mounted at the end of the image filter in order to take full advantage of the electron energy filtering system. �The Gatan K3 camera is designed to be fully compatible with CCR�s image filter in both hardware and operating software. Cameras from other manufacturers cannot be mounted on nor operate properly when coupled with the GIF. Therefore, any other vendor would be incompatible. Furthermore, Gatan Inc is the sole manufacturer, distributor and installer of the GIF camera and software. In the event that a vendor besides an OEM field service engineer attempted to install the GIF camera on the microscope, the GIF would not be covered under the warranty for the upgrade and any resulting damage to the GIF system would not be covered. This notice is not a request for competitive quotations. However, if any interested party, especially small business, believes it can meet the above requirement, it may submit a proposal/quote/capability statement for the Government to consider. The response 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. �All responses must be submitted via email to Contracting Officer, Megan Kisamore, at megan.kisamore@nih.gov by no later than 3:00 PM EST, on July 16, 2020 (7/16/2020). �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. In order to receive an award, Contractors must be registered and have valid certification through SAM.GOV. Reference: 75N91020Q00124 on all correspondence.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0d9b74e7375841ed93b0e49fef10d924/view)
 
Record
SN05715860-F 20200711/200709230138 (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.