SOLICITATION NOTICE
66 -- Super Resolution Microscope
- Notice Date
- 9/3/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA(SSSA)-2014-CSS-274
- Archive Date
- 10/4/2014
- Point of Contact
- Rodney E. Brooks, Phone: 3014020751
- E-Mail Address
-
rodney.brooks@nih.gov
(rodney.brooks@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-CSS-274 and the solicitation is issued as an request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05-74, dated July 1, 2014. A notice regarding any set-aside restrictions, the associated NAICS 334516 code and the small business size standard is $14.0 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 Institute on Aging (NIA) at the NIH would like to procure a Super Resolution Microscope. Place of Performance: 251 BayView Blvd. Suite 100, Baltimore, MD 21224 Period of Performance: 30 days after award The contractor shall provide and install SIM super-resolution microscope manufactured by Vutara Inc. The system shall include the following: HARDWARE: 1)One (1) Piezo z-focus (400 micron travel) (Part No. 10100204) 2)One (1) Prior xy-scanning stage, Prior Controller-joystick (Part No. 10100400) 3)One (1) Microscope Frame 4)One (1) Stage Insert 5)One (1) Alignment Kit 6)One (1) Pifoc Positioner 7)One (1) Microscope Enclosure Optical Components Illumination: 8)One (1) Custom Microlens Array + tooling cost 9)One (1) Custom Scan Lens 10)One (1) Mount for Custom Scan Lens (Part No.10700251) 11)One (1) Dichroic (Part No. Semrock/Chroma) 12)One (1) Shutter 13)One (1) Clean-up filter (Part No. Semrock/Chroma) Optical Components Emissions: 14)One (1) Custom Microlens Array + tooling cost 15)Four (4) Custom Scan Lens 16)Four (4) Mount for Custom Scan Lens 17)One (1) Filter Wheel 18)Four (4) Emissions Filters 19)One (1) Custom Pinhole Array + tooling costs 20)One (1) Galvo 21)One (1) Galvo Mirror - large beam 22)One (1) Galvo Linear Power Supply 23)One (1) Galvo Mount - Custom 24)One (1) Galvo Connection Cables 25)One (1) Galvo Special Tunning 26)One (1) Aperature Detection & Camera: 27)One (1) sCMOS Hamamatsu Camera Flash 4.0 v2 (Part No. 10403541) 28)One (1) Dual port camera link adapter (required for Hamamatsu Flash 4.0 - supports one camera) (Part No. 10403432) 29)One (1) Cooler for camera (Part No. 10700251) 30)One (1) Camera Mount 31)One (1) Tube Lens U-LTU 32)One (1) Tube lens mount (Part No. 1691) 33)Two (2) Lens Mount bracket LASERS & Section 34)One (1) 488 nm - 1000 mW 35)One (1) 561 nm - 1000 mW 36)One (1) 639 nm - 1000 mW 37)One (1) 405 nm - 200 mW 38)Two (2) Laser Controller, Power Supply, Cooler 39)One (1) AOTF 40)One (1) AOTF - Digital controller 41)One (1) AOTF Controller Cable, Temperature Cable, Power Supply 42)One (1) AOTF Power Supply 43)One (1) AOTF RF Cable 44)One (1) Specialized Cable for DAQ Card 45)Three (3) Dichroic (Part No. Semrock/Chroma) 46)One (1) Genesis 639 Laser Integration 47)One (1) Obis laser integration 48)Two (2) Laser mount Computer: 49)One (1) PC - Control/Imaging/Rendering/Dual Intel Xeon/64 GB RAM/8 TB HDD (upgradeable to 40TB)/Windows Pro Advanced GPU (Part No. 10500118) 50)One (1) 4X SSD Drive Setup with Hardware Raid 51)One (1) DAQ Card 52)One (1) Control Box 53)Software 54)One (1) 60x Olympus 1.33 Silicone Objective (Part No. 10100610) 55)One (1) PLAPON60X)SC2; Super Chromatic Abe. Corr. O81 W/1.4NA 56)One (1) Table 4x6 - Antivibration (Floated) 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 provision of FAR clause 52.217-9, Option to Extend the Term of the Contract (March 2000), 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, technical, 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. 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." All responses must be received by September 19, 2014 at 12:00pm EST and must reference number HHS-NIH-NIDA(SS/SA)-2014-CSS-274. Responses may be submitted electronically to rodney.brooks@nih.gov "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-01/HHS-NIH-NIDA(SSSA)-2014-CSS-274/listing.html)
- Record
- SN03494342-W 20140905/140904000633-37971df612ee92eecbf746a21a29e17a (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 |