SOLICITATION NOTICE
66 -- Video-Capillaroscopy Stereo Microscope system
- Notice Date
- 5/14/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- NHLBI-CSB-EB-2014-114-CM
- Archive Date
- 6/10/2014
- Point of Contact
- Cornelius Moore, Phone: (301) 435-0343, Iris Merscher, Phone: 3014350365
- E-Mail Address
-
mooreco@mail.nih.gov, iris.merscher@nih.gov
(mooreco@mail.nih.gov, iris.merscher@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- i) 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) Solicitation number NHLBI-CSB-EB-2014-114-CM applies and is issued as a request for quotation (RFQ). (iii) Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73, effective April 29, 2014. (iv) The North American Industry Classification System (NAICS) code is 333314 and the business size standard is 100. This solicitation is unrestricted. The National Institute of Health (NIH) intends to award a Firm Fixed Price Contract in accordance with the procedures of FAR Part 13. (v) The Biomedical Engineering and Physical Science (BEPS) Shared Resource, NIBIB, requires hardware and software that BEPS will use to design and test a video-capillaroscopy system, required to implement collaborations, under several clinical protocols for children and adults, between NIBIB and clinicians from NHLBI, NIAMS, NCI, and NIEMS. Clinical applications will include visualization of single blood cells within capillaries and monitoring of their behavior in the spatial and time domains, as well as in the time-frequency domain. This will allow the study of coupling between different vascular and microvascular territories of the living tissues. The system must provide highly reproducible results for clinical capillary imaging in patient-bedside settings. At its core, the system must include an advanced stereo microscope capable of providing images of moving cells inside individual capillaries without the need for injection of contrast materials. CLIN 0001 - Video-Capillaroscopy Stereo Microscope System Unit of Issue: each Quantity: 01 (vi) Specifications Video-Capillaroscopy Stereo Microscope System Requirements for Optical Path of Stereo Microscope At a minimum: - Set of 80mm OD objectives 1.0x, 1.6x, and 2.0x with 65 mm thread. - Working distances of objectives: -1.0x must have 61.5 mm working distance -1.6x must have 35 mm working distance -2.0x must have 20 mm working distance - Internal zoom from 0.78x to 16x. - Encoded zoom (such that the internal optical carrier can transmit the magnification value to a computer) - Built-in encoded (computer readable) iris diaphragm - Capable of being converted to fluorescence microscopy by the addition of accessories at a later date. The accessorized microscope must have the same glass transmission characteristics as the fluorescent version of the manufacturer's stereo microscope - Tilting binocular tube with variable viewing angle of 5-45 degrees; eyepiece must have an upper and lower position capable of viewing at these angles -Eyepieces must have an interpupilary distance of 50-76 mm -Eyepieces must have 23 mm field of view - Microscope must have fusion optics, where the right optical path is high numerical aperture, high resolution, and the left optical path is high depth of field. - Objectives must be compatible with an 80 mm ring light Requirements for Light Sources At a minimum: -LED ring light with 5600 K color temperature -Ring light must be compatible with analyzer and polarizer -Ring light must draw power from microscope bus system - Reflected light goosenecks must have 5 mm Requirements for focusing At a minimum: - Motorized focus drive -Motorized focus drive must be controlled via hand controller with a single knob and have memory buttons that can store up to 10 focal points -Motor focus drive must have an FTDI serial to USB interface -Motorized focus must support 15kg - Microscope stage must have 160 x 110 mm insert, and must be motorized with the following characteristics -Direct positioning in 2 axes with 2 linear motors -Absolute measuring of positions, no referencing necessary -Manual movement of the stage possible at any time via clutch mechanism -Position resolution <= 5 nm -Absolute precision <= 1 µm -Repeatability <=0.25 µm -Maximum capacity load of 1.5 kg Requirements for Image Capture and Analysis At a minimum: -Microscope vendor must be able to provide a custom computer with 64 GB of RAM, 4 SSDs in a RAID array, and an 8 core Xeon processor - Camera must be 4.0 Megapixel scientific CMOS design -Camera must have FL-400 sensor with 6.5 micron or smaller pixels -Full well capacity must be at least 30,000 electrons -Readout must be 10 ms @ 100 frames per second at full resolution -Camera must be able to stream to a customized computer @ 100 fps until the SDD is full -Camera must be cooled -Camera must have.06 electrons/pixel/s dark noise -Camera must have 16 bit digitizer -Microscope must be able to be controlled via HC Image Analysis software by Hamamatsu -Vendor must be able to provide programmable foot pedal for computer control The required video-capillary stereo microscope must be able to assess software designed by NIBIB used for: - Imaging alignment. - Cell velocimetry. - Identification of respiratory rhythms from 3D HC imaging cube. - Computer controlled imaging via zoom, light intensity and iris based on respiratory and other rhythms. - Computer-controlled imaging acquisition to minimize artefacts form voluntary movement. (vii) 13 South Drive, Building 13, 3rd Floor Wing A, Bethesda, MD 20814 (viii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors - Commercial Items (April 2014). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number and 6) Pricing and delivery in accordance with FAR 52.212-2, Evaluation-Commercial Items, paragraph (ix) below. (ix) 52.212-2 Evaluation-Commercial Items (Jan 1999). - The government intends to award a firm-fixed price purchase order. The offerors shall present capability to supply the equipment, software installation, and performance verification. Failure to provide proof of capability may cause the Contracting Officer to deem the quote package incomplete and ineligible for award. The award will be made to the lowest priced technically acceptable offer. The evaluation and award procedures in FAR 13.106 apply. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2013). An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision and return it with their offer. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Sept 2013) applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jan 2014), to include the following clauses listed at paragraph (b): 52.204-10 Reporting Executive Compensation and First-tier Subcontract Awards; 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.222-3 Convict labor; 52.222.19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act, Alternate I; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; (xiii) n/a (xiv) n/a (xv) Due date for submissions is May 26, 2014, 5pm ET. All questions should be submitted in writing to both mooreco@nhlbi.nih.gov and iris.merscher@nih.gov. Due to possible fax and email transmission problems it is the contractor's responsibility to verify receipt of quote. (xvi) POC is Cornelius Moore, Contracting Officer, 301-435-0343. Alternate POC is Iris Merscher, Contract Specialist, 301-435-0365.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-EB-2014-114-CM/listing.html)
- Record
- SN03366554-W 20140516/140514235142-cec2364e50eab45e7af955df703711d1 (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 |