Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2021 SAM #7028
SOLICITATION NOTICE

66 -- Upright & Inverted Capability Microscope with accessories

Notice Date
2/23/2021 12:22:03 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-RML-C-2058380-1
 
Response Due
3/4/2021 8:00:00 AM
 
Archive Date
03/19/2021
 
Point of Contact
DIANA ROHLMAN, Phone: 4063639366, Laura Grey, Phone: 4063759812
 
E-Mail Address
diana.rohlman@nih.gov, laura.grey@nih.gov
(diana.rohlman@nih.gov, laura.grey@nih.gov)
 
Description
This notice is a 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 applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation document will not be issued. Submit offers on RFQ-RML-C-2058380-1 This solicitation is a request for quotes (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2021-03 Effective February 16, 2021 The associated North American Industry Classification System (NAICS) code for this procurement is 333314 with a small business size standard of 500 employees. This acquisition is being posted as a Brand Name or Equal with No small business set-aside. The National Institute of Allergy and Infectious Diseases (NIAID), The Laboratory of Virology at Rocky Mountain Laboratories is seeking to purchase an upright and inverted capability microscope ALL-IN ONE UNIT. The proposed purchase is for Brand Name or Equal products. The brand name, model/part number, and quantity are listed below: Manufacturer -Discover Echo �� �Description�� �Catalog�� ��� ��� �Qty �� �Total �� �Revolve 4 Microscope�� �FJSD4001�� ��� ��� �1�� � �� �DAPI Fluorescence cube�� �CUBE4001�� ��� ��� �1�� � �� �FITC Fluorescence cube�� �CUBE4002�� ��� ��� �1�� � �� �TxRED Fluorescence cube�� �CUBE4004�� ��� ��� �1�� � �� �4X Objective�� �JMAG0043�� ��� ��� �1�� � �� �10X Objective�� �JMAG0103�� ��� ��� �1�� � �� �20X Objective�� �JMAG0203�� ��� ��� �1�� � �� �40X Objective�� �JMAG0404�� ��� ��� �1�� � �� �ELWD Universal Condenser�� �JCND2001�� ��� ��� �1�� � �� �Stage Insert - slides�� �HLDR0002�� ��� ��� �1�� � �� �Stage Insert - Cut out viewing�� �HLDR0001�� ��� ��� �1�� � �� �PH1 Phase Annulus�� �PHAS0001�� ��� ��� �1�� � �� �Z-Stack software�� �ESZS4000�� ��� ��� �1�� � PLEASE INCLUDE: MANUFACTURER COUNTRY OF ORIGIN � ESTIMATED TIME OF DELIVERY APPLICABLE SHIPPING CHARGES TO HAMILTON, MT � FOB - DESTINATION To be considered for award, vendors of �equal� products, including �equal� products of the brand-name manufacturer, must meet the following criteria for the salient characteristics of the upright and inverted microscope listed above with all accessories. We are interested in a single footprint microscope that can conduct both upright and inversion microscopy with the photo capture functionality and fluorescence capabilities. The Echo Revolve 4 microscope offers all of these features. ��� �UPRIGHT and INVERTED observation modes for Upright and Inverted configurations in a single unit: Necessary for viewing cell growth in transwell systems, dishes and well plates. In a transwell system, the cells on top of the filter can only be imaged using an upright microscope. Moreover, on the bottom of the transwell filter, we will grow a different type of cells, that we will only be able to see using an inverted microscope. To image the cells on both sides of the transwell system, space restrictions does not allow the room for 2 microscopes. Instrument must allow for both option capabilities in one microscope ��� �Must be upright and inverted a single unit due to space restrictions in the lab. Maximum size in this requirement: 28 inches wide x 28 inches depth. ��� �Repeatable camera and LED light settings� ��� �Anti-Shake feature ��� �Must provide a clean approach to oil immersion applications.� ��� �Must be able to perform water dipping applications.� ��� �Use with optional high-resolution condenser ��� �Must be designed to view live samples in fluidic chambers such as dishes and well plates. ��� �Camera needs: �MP color camera. HD video, 120 fps. ��� �Fluorescence capability must be able to perform with - No Darkroom. 5 MP monochrome sCMOS Camera ��� �Optional Module Capture multiple focal planes with ease Operates in Fluorescence with multichannel aquistion capabilities Step sizes can be assigned by users, or defined based upon Nyquist sampling ��� �Software must include: Touch interface for microscope and camera control Measurement annotations: Length, Area, Cell Count, Scale Bar Touch-based cell counting tool up to 6 different cell types. Customizable image overlay tools Downloads and updates to be available. ��� �Optics to include: Optical components by Olympus� Intelligent nosepiece informs software which objective is in use. 1.25x � 100x (dry and immersion available) Plan Achromat, Plan Fluorite, and Plan Apochromat options Brightfield, Darkfield, Phase Contrast, and Fluorescence capabilities Extra Long Working Distance (ELWD) condenser available High Resolution (High N.A.) condense ��� �Place of Performance: NIH NIAID� ROCKY MOUNTAIN LABORATORIES� 903 S 4TH ST� HAMILTON, MT �59840 I.�� �INSTRUCTIONS: NIAID requests responses from qualified sources capable of providing the requirements as outlined above. If providing an equal product(s), please supply descriptive data for evaluation purposes to determine the validity of how it is an EQUAL. The following FAR provision apply to this solicitation and is incorporated by reference: FAR 52.211-6 Brand Name or Equal (Aug 1999) (a) If an item in this solicitation if identified as �brand name or equal�, the purchase description reflects the characteristics and level of quality that will satisfy the Government�s needs. The salient physical, functional, or performance characteristics that �equal� products must meet are specified in the solicitation. (b) To be considered for award, offers of �equal� products, including �equal� products of the brand name manufacturer, must � (1) Meet the salient physical, functional, or performance characteristics specified in the solicitation; (2) Clearly identify the item by � (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate �equal� products on-the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an �equal� product(s), the offeror shall provide the brand name product referenced in the solicitation. (End of provision). Quote Instructions: All quotes shall include:� ��� �price(s) (unit price, extended price, total price); documentation demonstrating vendor is either the manufacturer or authorized distributor/reseller of the product(s) ��� �Include the country of origin of the manufacturer of instrument. ��� �Confirmation of required delivery timeframe (FBO � Destination); point of contact: name, phone number & email ��� �DUNS #� ��� �Each response must clearly indicate the capability of the vendor to meet all specifications and requirements.� ��� �Must provide instrument warranty information. ��� �The Government may evaluate only those quotes that fully meet the requirements as outlined above and respond to the solicitation instructions and requirements. Failure to furnish a full and complete quote as instructed may result in the Vendor�s response being considered non-responsive and will therefore be eliminated from further consideration and award.� II.�� �EVALUATION: NIAID will evaluate all quotes to determine the most advantageous to the government. NIAID will make that determination based on the capability of each vendor�s quote to provide all requested products/services, meet the brand name or equal salient characteristics, provide the proposed products/service in a timely manner, warranty, and reasonable price. The Government�s objective is to obtain the highest technical solution considered necessary to achieve the project objectives with a reasonable price. In the event quotes are evaluated as equal in non-price factors, price or cost will become a major consideration in selecting the successful Vendor. Award will be based on the capability of the item offered to meet the stated salient characteristics, the best value to the government, delivery, price, and warranty. III.�� �SPECIAL NOTICE TO VENDORS Vendors are advised that the Government may share your information with non-government personnel who are assisting with the evaluation of quotes. The exclusive responsibility for source selection will reside with the Government. By submitting your quote, you will be consenting to disclosure of your quote to non-government personnel for purposes of evaluation. PROVISIONS AND CLAUSES The government intends to award a single firm, fixed price purchase order as a result of this solicitation that will include the terms and conditions set forth herein. The following FAR and HHSAR provisions and clauses apply to this acquisition: The following Federal Acquisition Regulations (FAR) provisions and clauses are incorporated by reference and full text versions may be accessed electronically at: https://www.acquisition.gov/far/. The following FAR provisions apply to this acquisition:� FAR 52.212-1 Instructions to Offerors Commercial Items (June 2020) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (JAN 2021) FAR 52.204-7 System for Award Management (Oct 2018) (Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (Jan 2017) 52.204�24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-24 The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (OCT 2018) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JAN 2021) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015) 52.252-2 -- Clauses Incorporated by Reference. (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: �http://farsite.hill.af.mil/vffara.htm By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Submission shall be received not later than March 4, 2021 �@ 9:00 am MST Offers may be e-mailed to Diana Rohlman, �diana.rohlman@nih.gov. Offers shall include RFQ number in the subject line (RFQ-RM-C-2058380-1) and include the appropriate DUNS number to use and manufacturer�s country of origin. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f)� Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to diana.rohlman@nih.gov. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/17776802abff44f5949fb7be4810a985/view)
 
Place of Performance
Address: Hamilton, MT 59840, USA
Zip Code: 59840
Country: USA
 
Record
SN05924576-F 20210225/210223230115 (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  © 1994-2020, Loren Data Corp.