Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 11, 2021 SAM #7162
SOLICITATION NOTICE

66 -- NOTICE OF INTENT to Sole Source: Replacement Laser for N-STORM Imaging System

Notice Date
7/9/2021 10:03:28 AM
 
Notice Type
Presolicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NIMH-NOI-21-005049
 
Response Due
7/21/2021 2:00:00 PM
 
Archive Date
08/05/2021
 
Point of Contact
Michael Horn
 
E-Mail Address
michael.horn@nih.gov
(michael.horn@nih.gov)
 
Description
NOTICE OF INTENT to Sole Source SOLICITATION NUMBER: NIMH-NOI-21-005049 TITLE: �Replacement laser for N-STORM imaging system CLASSIFICATION CODE: 66 -- Instruments & laboratory equipment NAICS CODE: 333314 - Optical Instrument and Lens Manufacturing RESPONSE DATE: July 21, 2021 at 5:00 PM EST PRIMARY POINT OF CONTACT: Michael Horn michael.horn@nih.gov DESCRIPTION: INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institutes of Health, National Institute of Mental Health intends to negotiate on a sole source basis with Nikon Instruments, Inc. for a NIKON LUNF STORM 405/488/561/640 Super-Resolution System for the NIMH Laboratory of Molecular and Cellular Neurobiology (LMCN) in Bethesda, MD. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS The intended procurement is classified under 333314 - Optical Instrument and Lens Manufacturing with a Size Standard of 500 employees. REGULATORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures. Contracts awarded using FAR Part 13�Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6�Competition Requirements. FAR Subpart 13.106-1 (b) Soliciting from a single source provides that: For purchases not exceeding the simplified acquisition threshold, Contracting officers may solicit from one source IF the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name OR industrial mobilization). The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2021-06 dated June 10, 2021. DESCRIPTION OF REQUIREMENT Neurotransmitters such as dopamine and glutamate are rapidly removed from the synaptic cleft after release, primarily through the actions of neurotransmitter transporters. These integral membrane proteins function to clear neurotransmitters that have been released from both synaptic and extrasynaptic sites. This uptake process is not only essential for the termination of neurotransmission, but also serves to reestablish the intracellular levels of the neurotransmitters for subsequent release. The (LMCN�s aim is to understand the function and regulation of these multifunctional CNS transporters, and�ultimately to provide improved prevention, diagnosis and treatment of mental illnesses. The NIMH LMCN seeks to procure a replacement laser its super-resolution system for the examination of biological specimens. The current laser is 8 years old and can no longer have replacement parts sourced.� To enhance the longevity of the current system, NIMH is replacing its old laser with current laser technology. Salient characteristics: Fully Compatible with existing Nikon N-STORM, Ti-E and NIS-Elements system already present Includes 3 diode and 1 diode pump solid state laser unit Laser lines include� 405 nm/100 mW 488 nm/100 mW 561 nm/100 mW 647 nm/115 mW CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. � The essential characteristics of the LUNF STORM 405/488/561/640 Super-Resolution System that limit the availability to a sole source are as follows: The supplies are a ""direct replacement"" of existing equipment. The instrument must be compatible in all aspects (form, fit, and function) with existing systems presently installed. The current equipment is a Nikon N-STORM Super-Resolution System, and the new item must coordinate, connect, and interface with the existing system. Nikon, the proposed contractor, is the manufacturer and vendor of that instrument. The instrument is a complicated system with multiple intricate hardware and software interactions that must function flawlessly. The details of many of the parts and interactions are proprietary. Only Nikon can provide and fully integrate the required components. Failure to have�a compatible LUNF laser system integrated by Nikon personnel will void NIH�s existing and future service contracts on the other accompanying N-SIM system components. The intended source is: NIKON INSTRUMENTS INC. 1300 Walt Whitman Road, Melville, NY 11747 CLOSING STATEMENT THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11 point or 12 point font, 8-1 /2"" x 11"" paper size, with 1"" top, bottom, left and right margins, and with single or double spacing. The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested. All responses must be received by the closing date and time of this announcement and must reference the solicitation number, NIMH-NOI-21-005049. Responses must be submitted electronically to Michael Horn, Contracting Officer, at michael.horn@nih.gov. U.S. Mail and fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5bbdd01883cc425da351efc65207a19e/view)
 
Place of Performance
Address: NY 11747, USA
Zip Code: 11747
Country: USA
 
Record
SN06056933-F 20210711/210709230118 (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.