SOLICITATION NOTICE
66 -- Spectra-Physics INSIGHT X3DUAL-067 Laser
- Notice Date
- 8/16/2023 5:18:26 PM
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- RFQ-NIAID-23-2177650
- Response Due
- 8/28/2023 1:00:00 PM
- Archive Date
- 09/12/2023
- Point of Contact
- Lu Chang, Phone: 2406273034
- E-Mail Address
-
lu-chang.lu@nih.gov
(lu-chang.lu@nih.gov)
- Description
- This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made 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 (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-NIAID-23-2177650 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04 dated 6/02/2023.� The North American Industry Classification System (NAICS) code for this procurement is 334516 � Analytical Laboratory Instrument Manufacturing.� The requirement is being competed as a Brand Name or Equal requirement (considered full and open competition), and without a small business set-aside. The National Institute of Allergy and Infectious Diseases (NIAID)�s Laboratory of Host Immunity and Microbiome (LHIM) (collectively �Program�) studies the factors controlling immunity and inflammation, and utilize transdisciplinary approaches in the exploration of host-microbe, tissue-tissue, and host-environment interactions.� Program uses cell culture, animal models of disease, and cellular and molecular biology techniques.� A primary research focus of the Neuro-Immune CrossTalk Unit (NCU) within Program is to conduct intravital imaging of mice. NCU seeks to decode the multidimensional interactions between the immune and nervous systems to understand the multifaceted regulation of the host immunity at the whole organism level. �Specifically, the role of the body-brain axis in the control of innate immune responses.� This research cannot be performed without a confocal laser scanning microscope. �The user of confocal microscopes is the only way to capture the images NCU needs from living tissues of mice. The NCU requires daily unlimited access to a confocal laser scanning microscope. Thus, Program requires the Spectra-Physics INSIGHT X3DUAL-067 laser.� This laser is a vital component of and is specially built and optimized for the Leica Stellaris 8 DIVE confocal laser scanning microscope, which is already located within the lab. There are technical and compatibility requirements for why Program can only use this Insight X3 Dual 067 item.� Program requires daily unlimited access to a confocal laser scanning microscope to achieve its primary research objectives to study the role of the body-brain axis in the control of innate immune responses. �This research cannot be performed without a confocal laser scanning microscope.� As the lab currently has a Lecia Stellaris 8 Dive confocal laser scanning microscope being used to perform research, which the Spectra-Physics INSIGHT X3DUAL-067 laser is specifically built and optimized for this microscope. This particular microscope and laser are also needed to keep continuity of data across experiments since Program currently uses the RTB Biological Imaging Facilities� microscope of a similar make. This microscope/laser combination is able to work with existing components that will be supplied by RTB. Furthermore, Program has certain minimum required technical capabilities/required features that are only available on the Spectra-Physics INSIGHT X3DUAL-067 laser, including: 1. Produce short, 100fs pulses across a wide 680-1300nm tuning range. 2. A second fixed wavelength output to facilitate multiphoton imaging experiments. 3. DeepSee dispersion compensation. 4. Synchronized 1045nm beam to perform two-color imaging, CARS and SRS experiments. 5. The INSIGHT X3DUAL-067 is built to be compatible with and optimized for use with Leica microscopes. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for the following Brand Name of items: INSIGHT X3 DUAL-067 � Quantity 1 - fully computer controlled and comes equipped with real-time optimization to guarantee consistent output performance and day-to-day reliability. Regular maintenance can be performed in the field to ensure maximum uptime. Includes installation and on-site training. Equipped with rack mounted power supply and closed-loop chiller. Full system warranty for one-year, unlimited hours with remote serviceability access and field support. The InSight� X3� Dual-067 produces short, 100fs pulses across a wide 680-1300nm tuning range and a second fixed wavelength output to facilitate the most demanding multiphoton imaging experiments, tunable output is equipped with DeepSee� dispersion compensation to deliver the shortest pulses to the sample and can be tuned to maximize image brightness allowing deeper tissue imaging with lower risk of optical damage, fixed wavelength output provides a synchronized 1045 nm beam that can be used for performing two-color imaging, CARS and SRS experiments. The Insight X3 Dual-067 is optimized for use with Leica microscopes. Power SPECIFICATIONS: > 1.0 W @ 700 nm > 2.0 W @ 900 nm > 1.8 W @ 1000 nm > 1.6 W @ 1100 nm > 1.4 W @ 1200 nm > 1.0 W @ 1300 nm Dual Output: > 3.5 W at 1045 nm (Fixed) Delivery Date or Period of Performance: Delivery will occur within four (4) months of award. Place of Performance or Delivery Location: Deliver to Bethesda, MD 20814. The government intends to award a �firm fixed price� purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein.� The award will be based on the technical capability to meet the requirements and price.� NIAID will evaluate quotes to determine the best value to the government.� NIAID will evaluate price only for those quotes, which are rated as technically acceptable. In the event quotes are evaluated as technically equal, price will become a major consideration in selecting the successful Offeror. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items FAR 52.212-3 Offerors Representations and Certifications - Commercial Items FAR 52.204-7 System for Award Management (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. FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204�26 Covered Telecommunications Equipment or Services-Representation FAR 52.211-6 Brand Name or Equal As prescribed in 11.107(a), insert the following provision: Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is 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 characteristic specified in this 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 modifications 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, the offeror shall provide the brand name product referenced in the solicitation. The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.204-13 System for Award Management Maintenance FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations 52.252-2 -- Clauses Incorporated by Reference. 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 08/28/2023 @ 4:00 PM EST Offers may be emailed to Lu Chang at � by 4:00 pm eastern standard time August 28, 2023.� Offers shall include RFQ number in the subject line (RFQ-NIAID-23-2177650).� Late submission shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All responsible sources may submit an offer that will be considered by this Agency.� Any questions or concerns regarding this solicitation should be forwarded in writing via email to Lu Chang at lu-chang.lu@nih.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8532f4182a0a47f4923c1f3a63973a4c/view)
- Place of Performance
- Address: Bethesda, MD 20814, USA
- Zip Code: 20814
- Country: USA
- Zip Code: 20814
- Record
- SN06793561-F 20230818/230817085754 (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 |