SOLICITATION NOTICE
66 -- Acousto-Optical Modulator (AOM) for the Nikon C1 Personal Confocal Microscope and Installation
- Notice Date
- 5/20/2014
- Notice Type
- Presolicitation
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- 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-PSOL180
- 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 pre-solicitation non-competitive (notice of intent) synopsis to award a contract without providing for full or open competition (including brand-name). THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR PROPOSAL. A SOLICITATION WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The solicitation number is HHS-NIH-NIDA(SS-SA)-2014-PSOL180 and the solicitation is issued as a pre-solicitation notice of intent to award a non-competitive order to Nikon Instruments Inc., 1300 Walt Whitman Road, Melville, NY 11747. 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 2005-05-73, dated April 29, 2014. A notice regarding any set-aside restrictions, the associated NAICS 333314 code and the small business size standard is 500 employees. 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 Acousto-Optical Modulator (AOM) for the Nikon C1 Personal Confocal Microscope and Installation. Purpose and Objectives:The Confocal microscopy is the workhorse technology for circuit mapping in my laboratory. It is used to identify and characterize small sets of neurons in the fruit fly brain that participate in generating specific behaviors. The current instrument is a first-generation Nikon C1 personal confocal microscope. The product required is an acousto-optical modulator (AOM) manufactured by Nikon. An AOM is used to regulate laser power to allow fine-tuning of excitation and hence brightness of fluorophores in specimens. In addition, an AOM device enables laser light to be turned on and off within an approximate 1us time frame allowing bleaching of samples on a pixel to pixel basis. The AOM interfaces with both the lasers, and the Elements software, which controls all other aspects of the confocal microscope's operation. DESCRIPTION OF REQUIREMENT 1. Part No:MXA22044, C1 408 Laser Adapter S, Qty. 1 2. Part No:99728, National Instruments control card for AOM. This card must be installed in the PC running EZC1. It is absolutely necessary that the AOM unit, control card, PC, and all lasers be calibrated as a system before shipment. Customer systems for upgrade must be returned to the NII Operations Center in Melville for installation and calibration. Qty. 1 3. Part No:99854, Melles Griot directly modulated diode laser. 10mW at 638nm. Capable of full power range modulation with in a single pixel. Qty. 1 4. Part No:MHE48000, AOM unit for C1-LU-3-EX featuring independent AOM control through EZC1 for lasers mounted in positions 2 and 3. This AOM unit also provides control for a directly modulated laser mounted in position 1. The set consists of an AOM control unit, 2 AOM devices, and all necessary cables. This set must be installed and calibrated prior to shipment. It cannot be installed as a field upgrade. Qty. 1 5. ALL NIKON PRODUCTS ARE COVERED BY A LIMITED ONE YEAR WARRANTY ELECTRICAL - 5 YEAR WARRANTY MECHANICAL 6. Part No: HTLBR2, Hi-Tech Labor Charges 2, ON-SITE SERVICE, INSTALL AOM SYSTEM ON LU3EX which includes clean, adjust, test & check all functions general preventative maintenance, travel time. 7. Place of Performance: 35 Convent Drive, Bldg.35/1B1012, 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. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. All responses must be received by June 2, 2014 at 12:00pm EST and must reference number HHS-NIH-NIDA(SS/SA)-2014-PSOL180. 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-PSOL180 /listing.html)
- Place of Performance
- Address: 35 Convent Drive, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03371515-W 20140522/140520235227-cd6842888109cce8f7d47bcf2c04344a (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 |