SOLICITATION NOTICE
Z -- Yearly Service/Maintenance Agreement for a Two-Photon Laser Scanning Microscope
- Notice Date
- 4/16/2014
- Notice Type
- Presolicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA(SS-SA)-2014-PS167
- Point of Contact
- Andrea McGee, Phone: 3014358718
- E-Mail Address
-
amcgee@nida.nih.gov
(amcgee@nida.nih.gov)
- Small Business Set-Aside
- N/A
- 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. The solicitation number is HHS-NIH-NIDA(SS-SA)-2014-PS167 and the solicitation is issued as a pre-solicitation notice of intent to award a non-competitive order to Carl Zeiss Microscopy, LLC, One Zeiss Drive, Thornwood, NY 10594. This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05-72, dated January 30, 2014. A notice regarding any set-aside restrictions, the associated NAICS 811219 code and the small business size standard is $19.0 dollars. This acquisition is being conducted in accordance with the procedures of FAR Part 13-Simplified Acquisition Procedures, FAR Subpart 13.5-Test Program for Certain Commercial Items, and FAR Part 12-Acquisition of Commercial Items. The National Institutes of Health, National Institutes of Drug intends to procure on a sole source basis a Yearly Service/Maintenance Agreement for a Two-Photon Laser Scanning Microscope Model Zeiss NLO780, S/N 2504000389. The Laboratory of Functional and Molecular Imaging (LFMI) was established in 1999. LFMI is a laboratory dedicated to developing state-of-the-art anatomical, functional, and molecular neuroimaging techniques for studying brain function in vivo. Optical microscopy is a technique that allows imaging specific molecular and cellular processes are part of the rapidly growing field of molecular imaging. Optical microscopy techniques are expected to impact the ability to diagnosis and stage a variety of diseases such as neurological disorders, cognitive disorders and cancer. LFMI is interested in extending and developing optical imaging techniques that enable imaging of these events in animal brains. For this, LFMI has acquired a confocal microscope that allows imaging the intact brain in vivo with high spatial resolution (< 1 µm). To date, the best optical microscopes are the ones that use multi-photon non-linear excitation to excite fluorescent probes within living tissue. LFMI's new microscope is a two-photon laser-scanning microscope (2PLSM), which allows imaging of living tissue up to a very high depth of about one millimeter. 2PLSM uses red-shifted multi-photon excitation light to minimize scattering in the tissue. Due to the multi-photon absorption, the background signal is strongly suppressed. Both effects lead to an increased penetration depth for these microscopes. Two-photon excitation can be a superior alternative to confocal microscopy due to its deeper tissue penetration, efficient light detection and reduced phototoxicity. The system was acquired during FY2012 and delivered in October 2012. The system originally came with a one-year warranty, and quickly became essential equipment in LFMI. Now the warranty is expired, and the system needs to be properly maintained and serviced so as to ensure reliable operation throughout the years. The microscope to be serviced is a 2PLSM Model NLO780, manufactured by Carl Zeiss Microscopy, LLC, and equipped with 34 Channel Spectral Detection and 5 laser lines (458nm, 488nm, 514nm, 543/561nm and 633nm as well as 405nm and 594nm). These are unique and essential features to allow imaging of living tissue up to a very high depth of about one millimeter. The service contract includes coverage for the microscope of serial number 2504000389 specified in the Zeiss Service Agreement # 42014183. The system is defined as the basic microscope system supplied and manufactured by Carl Zeiss Microscopy, LLC and consists of the mechanical, optical and electronic components that enable observation of specimens placed under the objective lenses of the system. Coverage includes Basic LSM/ConfoCor/Elyra, Microscope, System Table, Scan Module, Spectral Detector, NDDs, GaAsP Detector, Laser Module(s), Electronics Controller, System Computer, AIM/ZEN Software, Stage, Incubator, AxioCam, Laser, EM-CCD. • Service must be performed by a service engineer trained by Carl Zeiss Microscopy, LLC • Utilize genuine parts manufactured specifically for that system • Must be equipped with 34 Channel Spectral Detection and 5 laser lines (458nm, 488nm, 514nm, 543/561nm and 633nm as well as 405nm and 594nm). Performance Period: 12 months Place of Performance: 35 Convent Drive, Bethesda, MD 20892 The provision of FAR clause 52.212-1, Instructions to Offerors - Commercial Items (July 2013), applies to this acquisition. The provision of FAR clause 52.212-2, Evaluation - Commercial Items (January 1999), applies to this acquisition. 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 Offeror must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (August 2013), with its offer. The FAR clause is located at http://www.acquisition.gov/far/. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (September 2013), applies to this acquisition. There are no additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. The Defense Priorities and Allocations System (DPAS) is not applicable to this requirement. This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. 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." 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. 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. All responses must be received by April 29, 2014 at 12:00pm EST and must reference number HHS-NIH-NIDA(SS/SA)-2014-PS167. Responses may be submitted electronically to amcgee@nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), Attention: Andrea McGee. Fax responses will not be accepted. "All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA(SS-SA)-2014-PS167 /listing.html)
- Place of Performance
- Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03340061-W 20140418/140416234709-b8963142ba56bafdd77d5fe8c58fe104 (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 |