Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 20, 2013 FBO #4134
SOLICITATION NOTICE

66 -- Confocal Microscope with CARS Capability

Notice Date
3/18/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
13-223-SOL-00040
 
Archive Date
5/2/2013
 
Point of Contact
Marcia O Park, Phone: (870) 543-7405
 
E-Mail Address
marcia.park@fda.hhs.gov
(marcia.park@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR Subpart 13.5, 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. The solicitation number is 13-223-SOL-00040 and is issued as a Request for Quotation (RFQ). The provisions and clauses incorporated in this document are those in effect through Federal Acquisition Circular (FAC) 2005-66 dated February 28, 2013. The NAICS code for this acquisition is 333314 - Optical Instrument and Lens Manufacturing with a small business size standard of 500 employees. This acquisition is not set aside for small businesses. Statement of Need: The Microscopy and Imaging Core Facility of the Food and Drug Administration's (FDA) Center for Biologics Evaluation and Research (CBER) supports all FDA scientists and laboratories for their morphological studies and light microscopic imaging. The main projects of the facility are analyzing the host - pathogen (e.g., virus, bacteria) interaction using cultured cells and tissue or small animals in immunological responses and vaccine related studies. Nonlinear Microscopy (e.g., Coherent Anti-Stokes Raman Scattering (CARS), Stimulated Raman Scattering (SRS), Multi-Photon (MP), and Second Harmonic Generation (SHG) is an emerging technology that is being used as a scientific tool in the facility's research programs. CARS microscopy has the ability to analyze cells or tissues by visualizing its own unique molecular vibrations without labeling. The combination of fluorescence and CARS microscopy enables the monitoring of host-pathogen interactions in real time. The Microscopy and Imaging Core Facility of the FDA/CBER requires a microscopy system with the following salient characteristics: 1. Shall have abilities of high resolution, high sensitivity and high speed imaging with multicolor image acquisition for labeled and unlabeled cell, tissue samples and animals. 2. Shall have nonlinear microscopy capability, including picosecond Coherent Anti-Stokes Raman Scattering (CARS), Multi-Photon (MP), Stimulated Raman Scattering (SS) and Second Harmonic Generation (SHG) for analysis of the various vibration of molecules in unlabeled or labeled tissues/specimens. 3. Shall have the capability for 4 channel intra-vital MP with second harmonic generation (SHG) multicolor microscopy imaging. 4. Shall be equipped with at least 2 non-descanned detectors (NDD) for 4 channel imaging, 2 reflected and 1 transmitted external light detector for sensitive backward direction (EPI) and forward CARS with multicolor MP and SHG imaging. 5.Shall have Infra-Red laser based differential interference contrast (IR-DIC) imaging detector to visualize morphological image from various biological specimens 6. Shall be tunable to cover the wavelength ranging from 780 to 940 nm, and generate pulse output with a bandwidth of 5-6 picoseconds for optimum CARS signal detection. Wave numbers shall be between 1200-3500 (cm-1). 7. Shall have a built-in Raman Library for tuning desired wave numbers for controlling Stokes and Pump beams 8. Shall have 12k Hz resonant scanner for image acquisition to capture fast event in biological specimens (200 fps at 512/512) 9. Shall have image format of 8192 x 8192 for low magnification objective lens 10. The MP/IR laser system shall have group-velocity dispersion (GVD) compensation system for deep tissue imaging. 11. Shall have dual (fixed and piezo) stage for intra-vital and conventional microscopy use 12. Shall be capable of molecular mobility assay of fluorescence recovery after photo-bleaching (FRAP) and molecular interaction assay of Forster resonance energy transfer (FRET) as well as spectral and fluorescent lifetime (FLIM) imaging. 13. Shall have ability to track/visualize both very fast and slow movement particles, such as fluorescently labeled peptide or viral particles and the ability for flexible/variable scan speed (40-428 fps) depending on the imaging projects. 14. Shall have lambda spectral scan capability for detecting the full emission wavelength spectra/curve to visualize dye separation and ready for multicolor analysis on the handling of new dye, fluorochrome or fluorescence proteins. 15. Shall have the following lasers: White light laser (tunable 1 nm between 470-670 nm); UV 405, Argon (458, 476, 488, 496, and 514 nm 561 and 633 nm, fs, IR, ps CARS 16. Shall have capability to deliver the pulse to the deep tissue for multi-photon, SHG and CARS imaging, e.g., mouse lymph nodes, spleen, lung, intestine, muscle, skin, and brain, Drosophila and C. Elegance. 17. Shall be equipped for deep tissue or live animals application; large environmental chamber with CO2 and temperature control modules (37 degrees C) 18. Shall be equipped with mouse specific isoflurane gas anesthesia and oxygen supply system for MP CARS intra-vital microscopic imaging 19. Shall have high content microscopy capability, ready for fully automated/autofocus large tile scan or 5D multi point time lapse imaging on many vaccine and drug candidate screening applications. 20. Shall have capacity to handle large number of light and fluorescent slide samples, core requires slide scanner for high content automated image acquisition system for pre-screening purposes. The system must have the automated slide loader and Dynamic Focus Tracing module with single 20x objective lens and must be able to scan thick tissue section with 100 various depths in high speeds. 21. Shall be able to visualize viruses, bacteria, cell receptors or nano particles for imaging projects and have the ability to perform at least two channel super resolution microscopy capability with 40 nm resolution that has the capability for real time visualization of influenza A virus, West-Nile, Dengue, Vaccinia, and mumps viruses without image post processing. 22. Shall have capabilities to handle ultrathin samples and applications. 23. Shall include an anti-vibration table 24. Shall be a turn-key solution, i.e., the contractor shall be responsible for providing all hardware, components, software and otherwise required to meet these specifications and the FDA's stated need. 25. Shall have been utilized in a similar environment for similar purposes. 26. Shall include updates and upgrades for 12 months from date of acceptance of equipment 27. Access to technical support via email or telephone for 12 months from date of acceptance of equipment 28. 1 year warranty from date of acceptance 29. Training for up to three users at installation Minimum Post-Warranty Annual Maintenance requirements: 1. Minimum of one planned preventive maintenance visit per year 2. Unlimited Corrective repairs with 2 day on-site response time 3. Service agreement includes all labor, parts and travel 4. Telephone and email support for application technical support 5. All items utilized for repair and/or maintenance shall be new or true factory remanufactured OEM parts; service shall be accomplished by OEM certified technicians 6. Unlimited firmware and software upgrades System shall be delivered complete, installed and training conducted within fourteen (14) days of award. Delivery (inside), installation and training shall be to/at the following address; maintenance shall also be performed at the same address. Food and Drug Administration Center for Biologics Evaluation and Research Microscopy and Imaging Core Facility Building 29, Room 500B 8800 Rockville, Pike Bethesda, MD 20892 PRICING SCHEDULE (FOB Destination) Firm Fixed Price 1. Microscopy System, meeting all 1 each _______________ specifications stated above 2. Annual Maintenance 1 year _______________ Option Year One (Period of performance To be established upon Acceptance of equipment) 3. Annual Maintenance 1 year _______________ Option Year Two (Period of performance To be established upon Acceptance of equipment) 4. Annual Maintenance 1 year ________________ Option Year Three (Period of performance To be established upon Acceptance of equipment) 5. Annual Maintenance 1 year _________________ Option Year Four (Period of performance To be established upon Acceptance of equipment) Contract Clauses The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items (Feb 2012) applies to this solicitation. The following addenda apply: Addendum to Paragraph (b)(8) Representations and Certifications - This solicitation is being issued under the premise that the Contractor will certify that the service it will propose to fulfill this requirement is exempt from the Service Contract Act per the conditions set forth in FAR 52.222-48 and FAR 222.1003-4(c). If this is the case and the Contractor certifies that it is exempt under the terms and conditions of 52.222-48, then clause 52.222-51 will flow per usual from this solicitation to the resulting order. In the event that a Contractor does not make this certification, traditional Service Contract Act clauses 52.222-41 and 52.222-43 shall be included in the resulting order award as well as Wage Determinations WD05-2103 (Rev 12) http://www.wdol.gov/wdol/scafiles/std/05-2103.txt?v=12. Accordingly, in addition to completing the representations and certifications at FAR 52.212-3(b), the Contractor's proposal shall also clearly show that the Contractor has selected the appropriate certification under FAR 52.222-48 which follows: 52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification. (Feb 2009) (a) The offeror shall check the following certification: CERTIFICATION The offeror ____ does ____ does not certify that- (1) The items of equipment to be serviced under this contract are used regularly for other than Government purposes, and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontractor) in substantial quantities to the general public in the course of normal business operations; (2) The services will be furnished at prices which are, or are based on, established catalog or market prices for the maintenance, calibration, or repair of equipment. (i) An "established catalog price" is a price included in a catalog, price list, schedule, or other form that is regularly maintained by the manufacturer or the offeror, is either published or otherwise available for inspection by customers, and states prices at which sales currently, or were last, made to a significant number of buyers constituting the general public. (ii) An "established market price" is a current price, established in the usual course of trade between buyers and sellers free to bargain, which can be substantiated from sources independent of the manufacturer or offeror; and (3) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract are the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. (b) Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services. If the offeror certifies to the conditions in paragraph (a) of this provision, and the Contracting Officer determines in accordance with FAR 22.1003-4(c)(3) that the Service Contract Act- (1) Will not apply to this offeror, then the Service Contract Act of 1965 clause in this solicitation will not be included in any resultant contract to this offeror; or (2) Will apply to this offeror, then the clause at 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements, in this solicitation will not be included in any resultant contract awarded to this offeror, and the offeror may be provided an opportunity to submit a new offer on that basis. (c) If the offeror does not certify to the conditions in paragraph (a) of this provision- (1) The clause in this solicitation at 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements, will not be included in any resultant contract awarded to this offeror; and (2) The offeror shall notify the Contracting Officer as soon as possible, if the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation. (d) The Contracting Officer may not make an award to the offeror, if the offeror fails to execute the certification in paragraph (a) of this provision or to contact the Contracting Officer as required in paragraph (c) of this provision. (c) Period for Acceptance of Offers. The offeror agrees to hold prices firm through September 30, 2013. It is the offeror's responsibility to monitor www.FBO.gov for the release of any amendments to this combined synopsis/solicitation. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) (a)The Government will award a contract resulting from this solicitation to the lowest priced, technically acceptable offeror. In addition to completing the Pricing Schedule, price proposals shall detail every component making up the system, identify offeror's catalog number, description, quantity, unit price, and extended amount. Brochures and other technical literature demonstrating that offered equipment and services unequivocally meets the specifications shall be included with your response. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. FAR 52.212-3 is incorporated by reference. Offerors shall submit a completed copy of the Representations and Certifications with their offer (See also FAR 52.212-1(b)). FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2012) is incorporated by reference. The following addenda apply. FAR 52.204-4 Printed or Copied Double-sided on Recycled Paper (May 2011) FAR 52.204-7 Central Contractor Registration (Dec 2012) (1) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a)...within 1 day... at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (c)... shall not exceed 4 years, exclusive of the delivery, installation, training and warranty period. FAR 52.232-18 Availability of Funds (Apr 1984) HHSAR 352.202-1 Definitions (Jan 2006) HHSAR 352.203-70 Anti-lobbying (Jan 2006) HHSAR 352.222-70 Contractor Cooperation in Equal Employment Investigations (Jan 2010) HHSAR 352.223-70 Safety and Health (Jan 2006) HHSAR 352-231-71 Pricing of Adjustments (Jan 2001) HHSAR 352.242-71 Tobacco-Free Facilities (Jan 2006) Service Records and Reports The Contractor shall, commensurate with the completion of each service call (inclusive of warranty service), provide the end-user of the equipment with a copy of a field service report/ticket identifying the equipment name, manufacturer, model number, and serial number of the equipment being serviced/repaired and detailing the reason for the service call, a detailed description of the work performed, the test instruments or other equipment used to affect the repair or otherwise perform the service, the name(s) and contact information of the technician who performed the repair/service, and for information purposes, the on-site hours expended and parts/components replaced. In addition, the contractor shall provide monthly reports to the FDA COR and Contract Specialist, not later than the 5th work day following the end of each month, summarizing all maintenance and repair activities (including warranty work) for the previous month; negative reports are required. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2013) applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: (b) 52.203-6, 52.204-10, 52.209-6, 52.209-9, 52.209-10, 52.219-4, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, and 52.232-33. (c) 52.222-51 FAR and HHSAR clauses and provisions incorporated by reference may be obtained by accessing https:www.acquisition.gov/far/ and http://www.farsite.hill.af.mil/VFHHSAR1.htm. Invoice Submission A. The Contractor shall submit all invoices in accordance with the following instructions below (acceptable methods of delivery include email, mail, and hand delivery): An original and two (2) copies shall be submitted to: Attn: Marcia Park, Contract Specialist Food and Drug Administration Jefferson Laboratories Complex National Center for Toxicological Research Office of Acquisitions & Grants Services, HFT-320 3900 NCTR Road, Bldg 50, Rm 430 Jefferson, AR 72079-9502 Email: marcia.park@fda.hhs.gov One copy of the invoice shall be submitted to the Project Officer/Contracting Officer's Representative, clearly marked "Courtesy Copy Only" to: [To be identified at time of award] B. Invoices submitted under this contract must comply with the requirements set forth in FAR Clauses 52.232-25 (Prompt Payment) and 52.232-33 (Payment by Electronic Funds Transfer - Central Contractor Registration) and/or other applicable FAR Clauses specified herein. To constitute a proper invoice, the invoice must be submitted on company letterhead and include each of the following: (i) name and address of the contractor; (ii) invoice date and invoice number; (iii) purchase order/award number; (iv) description, quantity, unit of measure, unit price, and extended price supplies delivered or services performed, including: (a) period of performance for which costs are claimed; (b) itemized travel costs, including origin and destination; (c) any other supporting information necessary to clarify questionable expenditures; (v) shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on government bill of lading; (vi) terms of any discount for prompt payment offered; (vii) name and address of official to whom payment is to be sent (must be the same as that in the purchase order/award, or in a proper notice of assignment); (viii) name, title, and phone number of person to notify in event of defective invoice; (ix) taxpayer identification number (TIN); (x) electronic funds transfer (EFT) banking information, including routing transit number of the financial institution receiving payment and the number of the account into which funds are to be deposited; (xi) name and telephone number of the FDA Project Officer/Contracting Officer's Officer Representative or other program center/office point of contact, as referenced on the contract/order; and (xii) any other information or documentation required by the contract/order. C. An electronic invoice is acceptable if submitted in adobe acrobat (pdf) format. All items listed in (i) through (xii) of this clause must be included in the electronic invoice. Electronic invoices must be on company letterhead and must contain no ink changes and be legible for printing. D. Questions regarding invoice payments should be directed to the FDA payment office at: Food and Drug Administration Attn: Vendor Payments, OFS FDA 3900 NCTR Road, HFT-324 Building 50, Rm 620 Jefferson, AR 72079-9502 nctrinvoices@fda.hhs.gov All responsible sources may submit a proposal, which if timely received, shall be considered. The proposal shall reference Solicitation number 13-223-SOL-00040. Proposals are due in person, by postal mail or email to the point of contact listed below on or before 1:00 P.M. CST, April 17, 2013, Jefferson, AR, at the Food and Drug Administration, OO/OFBA/OAGS, Attn: Marcia E. Park, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. For information regarding this solicitation, please email Marcia Park at marcia.park@fda.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/13-223-SOL-00040/listing.html)
 
Place of Performance
Address: 29 Lincoln Drive, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03014460-W 20130320/130318235226-c04d77dac30907a978c45e40c80e80b0 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.