SOLICITATION NOTICE
66 -- Brand Name or Equivalent, Purchase of Leica TCS SP8 X White Light Laser Spectral Confocal Microscope System
- Notice Date
- 7/13/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
- ZIP Code
- 20852
- Solicitation Number
- N02RC42551-61
- Archive Date
- 8/12/2014
- Point of Contact
- KATHY D. ELLIOTT, Phone: 240-276-5570, Gwennifer K. Epps, Phone: 240-276-5445
- E-Mail Address
-
ELLIOTTK@MAIL.NIH.GOV, eppsg@mail.nih.gov
(ELLIOTTK@MAIL.NIH.GOV, eppsg@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive Room 1E644, Bethesda, MD 20892 1. Description of Requirement The National Cancer Institute (NCI), The Laboratory of Cellular and Molecular Biology (LCMB) plans to procure the brand names or equal: Tandem scanner module with both conventional and 8 kHz resonant scanners, Fluorifier Disc Standard incl. analyzer, Notch filter set VIS gas lasers, SP Channel 05, two (2) internal PMT SP confocal detectors for imaging, three (3) internal HyD SP GaAsPDetektors for gated imaging, Laser Port UV/405, Laser 405 nm DMOD Flexible, Laser Kit WLL2 470 to 670nm, Kit for CW laser integration for WLL, Upgrade Laser Kit V including 442 DPSS for WLL, Premium Workstation with 30" Monitor, Automated microscope stand DMI 6000 CS AFC Binocular, Optical Outfit DMI 6000 CS with EL 6000 light source, BF detector for DMI, Motorized x-y Scanning stage inverted Universal, Base plate DMI 6000, Control panel with LCDs, Computer table, LAS AF SP8 Control Software, LAS AF SP8 Dye Finder, LAS AF SP8 Live Data Mode, LAS AF SP8 MicroLab, LAS AF SP8 Offline Software License, Training, Shipping and Handling, Installation of WLL, INUBGSI2F1 Stage Top Incubator, Filter system A, 10ML IMMERSION OILNONFLUORESCING, Super Z Galvo Stage Type H, Objective HC PL FLUOTAR 10x/0.30, Objective. HC PL APO 20x/0.75 CS2, Objective. HC PL APO 40x/1.30 Oil CS2, Objective. HC PL APO 63x/1.40 OIL CS2, Confocal module WLL, and Confocal Scan optics module HIVIS no rotation. 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; quotes are being requested and a written solicitation will not be issued. The combined synopsis/ solicitation number is: N02RC42551-61. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-74. The Government contemplates award of a Firm-Fixed Price contract. The Associated North America Industry Classification Code (NAICS) 334516 and the Business Size Standard are 500. It has been determined there are no opportunities to acquire green products or services for this procurement. The Laboratory of Cellular and Molecular Biology (LCMB) requires replacement of the LCMB's laser scanning confocal microscope for experiments involving the observation of a wide variety of microscopic samples including live cells expressing genetically encoded fluorescent tags and various live cells stains including fluorescent stains as well as fixed samples stained with fluorescent dyes and samples viewed by transmitted light. Users should be able to image most kinds of visible fluorescence without restrictions due to inappropriate laser lines for excitation or lack of proper emission filters for the emitted light. The integrated laser scanning confocal microscope package must possess the following salient characteristics: 1) Motorized inverted research microscope with adaptive focus control and motorized objective revolver, prepared for confocal scanning. Available contrast methods: brightfield, darkfield, phase contrast, interference contrast, polarization Configuration details: Binocular, Motorized fluorescence axis for 6 filter cubes, motorized shutter, Motorized transmitted light axis with intensity and contrast management, controller for motorized stages, fast switching between coarse and fine focus, motorized focus, motorized objective revolver, prepared for interference contrast, lamp mount, confocal mounting kit, laser safety equipment, 2) Optical outfit for inverted stand with brightfield and fluorescence light source, binoculars and filter cubes-Filter cube I3 (BP 450490 LP 515), Filter cube N2.1 (BP 515-560, LP 590), 3) Brightfield detector for acquisition of transmitted light images, contains photomultiplier tube, motorized shutter, software controlled switching, 4) Motorized scanning stage, travel range-127x83mm spindle pitch-1mm. speed-10mm/sec, resolution-0.02-0.04 m, reproducibility-<1um,accuracy +/- 3 m, 5) Baseplate for attachment to table, 6) Filter system A (BP 340-380,LP 425), 7) Super Z Galvo Stage: minimum step size 20 nm adjustable in increments of <1.5 nm (full range) or <0.5 nm (restricted range), reproducibility 40 nm, 8) Objectives: 10X/0.30NA, 20X/0.75NA,40X/1.3NA. 63X/1.4NA, 9) Confocal module with Leica patented AOBS and AOBM, up to 4 input ports for laser coupling, provides up to 8 freely tunable laser lines range 470-670 nm, supports optional filter-free blocking of excitation light based on fluorescence lifetime gating, supports fluorescence lifetime imaging, facilitates > 3 trillion laser combinations. Scan head holds up to 5 spectral detectors, patented prism design, equal brightness between channels due to patented W-shaped slit design, permits excitation scans as well as excitation-emission scanning, beam parking for fluorescence photobleaching and laser ablation, 10) Scan optics module HIVIS, no rotation, for high transmission >99.7% throughout range 400-800 nm, low reflection at optical surfaces throughout visible spectrum, 11) Tandem scanner 8 kHz using a X2Y mirror arrangement to produce a uniform filling of the entrance pupil of the objective, switchable between resonant and non-resonant modes, true optical sections by point scanning, In non-resonant mode: adjustable speed 1-1800 Hz step size 1 Hz, X2Y scanner design for large field of view, up to 7 frames/sec 512x512, maximum scan format 8192 X 8192, continuous zoom range 0.75X-48X, line frequency up to 3600 Hz, bidirectional. In resonant mode: Line frequency 16,000 Hz, bidirectional, up to 28 frames/sec at 512X512, maximum scan format 1024X1024 pixels, continuous zoom range 1.3X-48X, 12) Fluorifier Disc for notch filters, barrier filters and polarizing filters including mechanical bearing for mounting of different filter sets, stepper motor, analyzer, control software, 13) Notch filter set for VIS gas lasers, 14) Five channel spectrometer for detection of confocal fluorescence or reflected light, Pellin-Broca prism design for detection at 95% transparency at all wavelengths and polarization orientations, detection range 400 nm-800nm, tunable emission band with edge-positioning precision of 1 nm, lossless multispectral detection for up to 5 detectors, broadband detection with bandwidth maximum 400 nm and bandwidth minimum of 5 nm, 40 MHz sampling rate, support of HyD photon counting detectors, 15) Two (2) Hamamatsu R 9624 photomultipliers useable range 400-800 nm 16) Three (3) HyD GaAsP spectral detector units with maximum quantum efficiency of ~ 45% at 530 nm, photon counting ability, GaAsP photocathode, 17) Laser Port UV/405 and 405 nm laser power 50 mW, 18) White light laser for AOBS system, excitation lines from 470 nm-670 nm, up to 8 lines available simultaneously, tunable in 1 nm steps, power for each line ~ 1.5 mW, pulse frequency 80 MHz, 8 channel AOTF, recording of excitation-emission spectra supported by software, Lightgate technology for removal of reflections, power supply, shutter interlocks, cooling fan and hose, 19) Optical, mechanical and electronic components required to integrate laser lines, 20) Upgrade kit for 442 HeNe laser, power ~40 mW, 21) Workstation with 30 " monitor, HPZ620 workstation 64 bit Windows 7 professional, Intel 8-Core Xeon E5-2650 V2 2.6 GHz, 16 GB RAM, NVIDIA Quadro K600 1 GB GPU, 128 GB SATA SSD, 2 TB SATA Hard drive, 16x DVD+/- RW supermulti drive, 10/100/1000 Ethernet controller, 2x eSATA interface, 5xUSB 2.0, 4xUSB 3.0, 3xIEEE 1394 FirewireB, Keyboard and mouse, 22) Programmable control panel with 6 tuning knobs and one LCD for real-time control of system parameters, the control panel can be configured for each user, each IPS parameter can be freely assigned and the transmission speed can be set by the user, 23) Computer table, 24) Software: control of scan process, image processing, motorized hardware, multidimensional image acquisition, Dye finder software, live data mode software to freely configure hardware settings in individual experiments, microlab with wizards for setup and analysis of FRAP, FLIP and FRET experiments, one (1) offline software license, 25) INUB-GSI2-F1 stage top incubator, 26) Installation, integration, and training of users, 27) At least a one year warranty. Please provide us with your best pricing on an extended service plan. II. Delivery Contractor(s) shall deliver the item within 60 days after award to NIH/NCI Bethesda, Maryland 20892. The Contractor that receives the award will be provided with the complete mailing address and point of contact. Upon delivery, contractor must notify the NCI Contracting Officer's Representative (COR) to schedule the installation date and time. III. Installation To be carried out by the manufacturer and shall occur within approximately one week of delivery. IV. Payment Payment shall be made after delivery, installation, and successful operation of the Automated Microscope Stand parts. Payment authorization requires submission and approval of invoice to the NCI COR and NIH Commercial Accounts. QUOTATIONS ARE DUE: Thursday, July 28, 2014 at 11:00 am, EST. PROVISIONS AND CLAUSES: The following provisions and clauses will be incorporated by reference: 52.211-6 Brand Name or Equal (a) If an item in this solicitation is identified as quote mark brand name or equal, quote mark 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 quote mark equal quote mark products must meet are specified in the solicitation. (b) To be considered for award, offers of quote mark equal quote mark products; including quote mark equal quote mark 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 modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate quote mark equal quote mark 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 quote mark equal quote mark product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items: The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the proposal. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 52.212-3 Offerors Representations and Certifications Commercial Items ((May 2014) WITH DUNS NUMBER ADDENDUM (52.204-6 (July 2013)): 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. 52.247-34 FOB Destination 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items (June 2014). The following additional FAR clauses cited in this clause are applicable: (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402) 52.203-13, Contractor Code of Business Ethics and Conduct 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-28 Post Award Small Business Program Representation 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 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.223-15, Energy Efficiency in Energy-Consuming Products 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-1 Buy American Act - Supplies 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act 52.225-5 Trade Agreements 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.246-2 Inspection of Supplies-Fixed Price Full text copies of the representations and certifications for other cited provisions and clauses many be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/ or from Kathy Elliott, Contract Specialist at Elliottk@mail.nih.gov. Quotations must be received in the NCI-OA contracting office by 11:00 a.m. EST on July 28, 2014. Please refer to the solicitation number N02RC42551-61 on all correspondence. No collect calls will be accepted. Electronic mail can be emailed to Elliottk@mail.nih.gov. Faxed quotations will NOT be accepted. OFFERORS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror's Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA) through sam.gov. All questions shall be in writing and may be addressed to the aforementioned individual noted above. No collect calls will be accepted. In order to receive an award, contractor must be registered and have valid certification in the Central Contractor Registration (CCR) and the Online Representation and Certifications Applications (ORCA) through sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC42551-61/listing.html)
- Place of Performance
- Address: 37 Convent Drive, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03423173-W 20140715/140714020245-e06b63c1fa850f04b4fb32d42ba295ba (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 |