MODIFICATION
66 -- LSM 980 with Airyscan and 34 channel spectral detector, live-cell incubation, motorized stage
- Notice Date
- 1/20/2022 12:16:45 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
- 75N95022Q00040
- Response Due
- 1/26/2022 11:00:00 AM
- Archive Date
- 02/10/2022
- Point of Contact
- Fred Ettehadieh
- E-Mail Address
-
Fred.Ettehadieh@nih.gov
(Fred.Ettehadieh@nih.gov)
- Description
- 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 75N95022Q00040 and the solicitation is issued as a request for quotation (RFQ). � 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 expected to exceed the simplified acquisition threshold.� (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2022-02, with effective date January 14, 2022. (iv)������ The associated NAICS code 334516 and the small business size standard is 1,000 employees.� This requirement is full and open with no set-aside restrictions. (v)������� The National Institute on Aging, the iPSC Neurodegenerative Disease Initiative (iNDI) plans to measure how neurodegeneration-related mutations alter protein networks of disease-relevant iPSC-derived cells. The most sensitive and scalable method to measure these changes is through a high-resolution confocal microscope. Recent advances in optics technologies, have enabled super resolution quantification of thousands of proteins, including low-abundant proteins, in live cells. (vi)������ Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed. Project Requirements: Specifications: At the minimum, the Government�s salient characteristics:� � Must provide observer 7 with Definite Focus 3 with Automatic Component Recognition for objectives and filter Sets Must provide full environmental control (temperature, CO2, humidity) with thermally isolated objectives for live cell imaging Must provide airyscan 8Y fast mode and 34 channel spectral detector with zoom optic to adapt to illumination for different objective lenses and acquisition modes Must provide 32+2-Channel Quasar Detection Unit, consisting of a calibrated 32 channel multi-element GaAsP detector with typical QE >45% (peak) and two flanking single multi-alkali PMT detectors Must provide a 32 channel Quasar GaAsP detector with micro lenses in front of the individual detector-elements for improved light efficiency. Must provide individual (master) gains for the side PMT�s for the most extreme dyes, plus individual digital gains for the 32 GaAsP channels. Must provide 405, 445, 488, 514, 561, 640, and 730nm laser lines for wavelength range from 380 nm up to 900 nm Must provide fast, parallel acquisition of the entire spectral range as a lambda stack (370 � 760 nm) in one single scan (up to 5 frames per second at 512 x 512). Must provide reproducible high-resolution spectral data acquisition with 2.9 nm or 4.3 nm steps through sequential spectral scanning Must provide automatic component extraction (ACE) of spectra from a lambda stack for a one- click identification of possible reference spectra. Must provide free combination of manually defined reference spectra, automatically extracted reference spectra, and reference spectra stored within the database can be used for performing Linear Unmixing on a lambda stack. Must allow for reference spectra to be stored in a database and later recalled. Must allow for storing spectral information automatically with each unmixed image for traceable and reproducible workflow and unmixing experiments. Must allow for online fingerprinting where image channels are not defined by the traditional detected emission bands but rather by referenced spectra. On-the-fly online unmixing occurs using these referenced spectra to linear unmix the emission bands of overlapping dyes during the image acquisition Must allow for the preservation of 4-8x enhanced Signal to Noise ratio for high speed acquisition in Multiplex mode Must provide system workstation with ZEN Blue 3.4 that includes system Self-Maintenance Tool with a calibration objective for maintaining optimal system performance by automated calibration routines Must provide offline processing workstation Must provide anti-vibration table Must provide shipping, installation and training (vii)����� The Government anticipates award of a firm fixed-price purchase order for this acquisition.� Anticipated delivery date is on/about 6 months after receipt of purchase order. Manufacturer warranty for one calendar year beginning date of receipt. Delivery will be f.o.b. destination. The place of delivery and acceptance will be National Institutes of Health (NIH), 9000 Rockville Pike, Building T44, Bethesda, MD 20892. (viii)���� The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses:� https://www.acquisition.gov/browse/index/far ��https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html �� � (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.212-1, Instructions to Offerors-Commercial Items (Sept 2021) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021) FAR 52.225-6, Trade Agreements Certificate (May 2014) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses: https://www.acquisition.gov/browse/index/far ����https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html � (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 2015) The following provisions and clauses apply to this acquisition and are attached in full text.� Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their quote. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) NIH Invoice and Payment Provisions/Instructions for Submitting Electronic invoices (ix)������ The provision at FAR clause 52.212-2, Evaluation � Commercial Items, applies to this acquisition.� (a) 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 following factors shall be used to evaluate offers: (i) source selection and/or technical evaluation criteria and / or technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 13.106-2(b)(3)). (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x)������� The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi)������ The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. (xii)����� The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and is attached in full text. (xiii)���� There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiv)���� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv)����� Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s), product description, and any other information or factors that may be considered in the award decision. Such factors may include: past performance, special features required for effective program performance, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, and environmental and energy efficiency considerations. The Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All quotations from responsible sources must be submitted electronically (by email) to Fred Ettehadieh, Contracting Officer, at fred.ettehadieh@nih.gov by the closing date and time of this solicitation, and reference Solicitation number 75N95022Q00040. Fax responses will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/defaf72d4f1a4a48b71a81e095c99c87/view)
- Place of Performance
- Address: Bethesda, MD, USA
- Country: USA
- Country: USA
- Record
- SN06220982-F 20220122/220120230105 (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 |