Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 15, 2020 SAM #6803
MODIFICATION

65 -- Acquisition of a Chameleon Automated CryoEM Sample Preparation Platform

Notice Date
7/13/2020 4:51:34 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
 
ZIP Code
20817
 
Solicitation Number
NICHD-20-119
 
Response Due
7/22/2020 6:00:00 AM
 
Archive Date
08/06/2020
 
Point of Contact
Amber Harris
 
E-Mail Address
amber.harris@nih.gov
(amber.harris@nih.gov)
 
Description
�� � �� �COMBINED SYNOPSIS / SOLICITATION�WORKFORM (1)�� �Action Code: �Combined Synopsis/Solicitation (2)�� �Date: 7/13/2020 (3)�� �Year: 2020 (4)�� �Contracting Office Zip Code: 20892 (5)�� �Project Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6)�� �Contracting Office Address: 6710B Rockledge Drive Bethesda, MD 20892 (7)�� �Subject/Title: Acquisition of a Chameleon Automated CryoEM Sample Preparation Platform (8)�� �Proposed Solicitation Number: NICHD-20-119 (9)�� �Closing Response Date: 7/22/2020 (10)�� �Contact Point: Amber Harris (11)�� �Contract Award and Solicitation Number: TBD (12)�� �Contract Award Dollar Amount: TBD (13)�� �Contract Line Item Number(s): TBD (14)�� �Contractor Award Date: TBD (15)�� �Contractor Name: TBD (16)�� �Description: (Background) (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; quotes are being requested and a written solicitation will not be issued.�� (ii)�� �The solicitation number is NICHD-20-119 and the solicitation is issued as a request for quote (RFQ). (iii)�� �The solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06 effective 6 MAY 2020. (iv)�� �The associated NAICS code is 334516, Analytical Laboratory Instrument Manufacturing, and the small business size standard is 1,000. �The acquisition is being conducted in accordance with the procedures of FAR Part 12 and FAR Part 13.� (v)�� �The Contractor Requirements are listed below: 1.0�� �PURCHASE ORDER TITLE Acquisition of a Chameleon Automated CryoEM Sample Preparation Platform �� ��� � 2.0�� �BACKGROUND Recent advances in cryo-EM have led to an explosion of interest in the technique for increasingly challenging structural biology projects. Producing quality frozen grids with vitreous ice of an appropriate thickness and evenly distributed particles remains one of the major bottlenecks in the structure determination process. Currently, highly skilled manual handling needs to be learnt to avoid physical grid damage. Poor traceability of storage locations can also lead to grid losses. Feedback on ice quality requires costly screening on an electron microscope, time better used for more productive data collection. chameleon�s aim is to enable automated, rapid progress to the optimum ice thickness for a range of samples, even those handled by researchers relatively new to cryo-EM. Cryo-Electron Microscopy (Cryo-EM) allows researchers to determine high-resolution 3D protein structures in a more native state (sub 3 Angstrom) without the need of crystallization. In recent years the field has witnessed a boom with its application to protein structure problems. The Multi-Institute CryoEM Facility (MICEF) currently possesses a high-resolution cryo-EM microscope, Titan KriosCryo Transmission Electron Microscope, that serves ~37 users from 18 labs in the four participating Institutes and Centers (ICs). �With this high demand each user will receive time on the Krios only once every 3 months, creating a large delay in data collection and productivity. �This severely hampered the research progress of the participating research programs and associated institutions. 3.0�� �OBJECTIVE The main objective of this acquisition is to provide the NIDDK with a Chameleon automated CryoEM sample preparation platform which can provide �a rapid and efficient path to quality frozen grids for cryo-EM. �The purchase of this instrument is necessary to maintain the high quality of our research. �Chameleon is a blot-free, pico-litre sample vitrification instrument that offers high-speed plunging, virtually no manual handling, and record keeping for future repeatability. 4.0 �� �SALIENT / REQUIRED FEATURES AND SPECIFICATIONS Total system price includes both delivery and inside delivery, assembly, installation, 12 months on-site labor and parts warranty (excluding consumables), and on-site basic operation/maintenance training.� Chameleon automated CryoEM sample preparation platform/Installation: Chameleon automated CryoEM sample preparation platform Integrated closed loop glow discharge module Additional Cryogen Bowl Assembly Starter pack of consumables included: self-wicking grids for chameleon (pack of 50) sample source vials - pack of 100 methanol source vials - pack of 100 Chameleon ethanol vials (pack of 50) dispenser touch-off pads � two types each a pack of 30 included source bottles (set of 4) Optional products/services provided after award: NRTL site acceptance testing Chameleon grid handling tweezers (set of 1) replacement picoliter dispense module (1 unit) Self-wicking grids - Copper/Carbon Chameleon 12 Month TTPlatinum Service Contract Additional Characteristics Producing quality frozen grids with vitreous ice of an appropriate thickness and evenly distributed particles remains one of the major bottlenecks in the structure determination process. �The Chameleon has several advantages over our current freezing machines:� ��� �Only pico-liter volumes of samples are used instead of microliters. This is essential for many difficult sample preps that can take months to years to optimize and purify. �� ��� �Good ice thickness (~100 nm) from Chameleon is far more consistent than produced from our current freezing machines ��� �It is blot-free at a high speed. The current machines take ~5 seconds to freeze the sample compared to 50-100 milliseconds with the Chameleon. This reduces the common air-water interface damage that leads to poor data quality. � ��� �Easier to use for novice users, with simple workflows, setup and cleaning. � ��� �Provides record keeping for future repeatability. It captures all grid parameters and images that can be repeated when freezing conditions are optimized. � ��� �Screen fewer grids with Chameleon due the visual imaging of the grid while freezing. � ��� �Virtually no manual handling of the grids during freezing. The automation in Chameleon eliminates grid damage that is common with other freezing machines due to by manual handling. � 5.0 �� �TASKS AREAS Independently, and not as an agent of the Government, the contractor shall perform all the detailed Task Areas listed below: 5.1�� �Task Area 1 � Payment Terms � Placement of order/40% ---Delivery/50% --- Site acceptance/10% 5.2�� �Task Area 2 � Delivery � Contractor shall inside deliver all new equipment and provide installation and super user training for 2 operators from the laboratory.� 5.2�� �Task Area 3 � Installation � The lab will contact the vendor to schedule installation upon receipt. Installation should be completed in one week by one SPT Labtech engineer. � 5.3�� �Task Area 4 � Inspection & Acceptance Criteria � The Project Officer or the Project Officer Supervisor will perform inspection and acceptance of materials and services to be provided. Inspection and acceptance will be done AFTER all materials are unpacked, installed, and test run for operation. Receiving will be completed no later than 7 days following date of Delivery and does not constitute acceptance and Delivery.� Inspection and acceptance will be performed at the place of installation �� National Institutes of Health, NIDDK, 9000 Rockville Pike, Maryland 20892. 6.0�� �PURCHASE ORDER TYPE This Purchase Order is to be a firm fixed price.� 7.0�� �INSPECTION AND ACCEPTANCE Inspection and acceptance will be performed at the place of installation - National Institutes of Health, NIDDK, 9000 Rockville Pike, Maryland 20892. (vi)�� �This requirement is being pursued through the authority granted in FAR 52.211-6, Brand Name or Equal. This is a requirement for a TTP LABTECH LTD Chameleon automated CryoEM sample preparation platform. � (vii)�� �Period of Performance: �Delivery Within 12 months ARO (viii)�� �The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (viii)�� �The provision at FAR clause 52.212-2, Evaluation � Commercial Items, is applicable. �Award will be made to the contractor providing the most advantageous quote to the Government. �Technical factors and price considered with technical factors outweighing price. � Specifically, the following technical factors will be evaluated: i.�� �The vendor will be evaluated on their quoted product meeting the specifications under section 16.v 4.0 SALIENT / REQUIRED FEATURES AND SPECIFICATIONS (x)�� �FAR clause 52.212-3, Offeror Representations and Certifications � Commercial Items, is applicable. �An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (p) of this provision. � (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. �Including the following clauses and Prohibitions: i.�� �52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313) ii.�� �52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)) iii.�� �52.219-28, Post Award Small Business Program Representation iv.�� �52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). v.�� �52.222-21, Prohibition of Segregated Facilities vi.�� �52.222-26, Equal Opportunity vii.�� �52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212) viii.�� �52.222-36, Equal Opportunity for Workers with Disabilities ix.�� �52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212) x.�� �52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496) xi.�� �52.222-50 Combating Trafficking in Persons xii.�� �52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving� xiii.�� �52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83) xiv.�� �52.225-13, Restrictions on Certain Foreign Purchases Additional Clauses: i.�� �52.232-33, Payment by Electronic Funds Transfer� System for Award Management (Jul 2013) (31 U.S.C. 3332) ii.�� �FAR 52.211-6, Brand Name or Equal (xiii)�� �Additional Contract Requirements: None (xiv)�� �The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable.� (xv)�� �Offers shall be submitted via email to amber.harris@nih.gov (17)�� �Place of Contract Performance:� �� �National Institute of Health, NIDDK �� �8 Center Drive Bethesda, MD 20892 (18)�� �Set-aside Status: This is not applicable to this requirement.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4605c9cf737b445bb92a3b0aed78f83f/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05718620-F 20200715/200713230146 (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.