SOLICITATION NOTICE
65 -- ImageXpress Micro Confocal High Content Imaging Systems or Equal - Attachments
- Notice Date
- 8/3/2016
- 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, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SOL-2016-585
- Archive Date
- 9/15/2016
- Point of Contact
- Brian Lind, Phone: 301.827.5298
- E-Mail Address
-
lindbj@nida.nih.gov
(lindbj@nida.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment Number Four - Invoicing Instructions Attachment Number Three - 52.212-4 Attachment Number Two - 52.212-5 Attachment Number One - Statement of Work 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)The solicitation number is HHS-NIH-NIDA-SSSA-CSS-2016-585 and the solicitation is issued as a 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- Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89 dated 07-14-2016.. (iv)The associated NAICS code 334516 and the small business size standard is 1000. This requirement is full and open with no set aside restrictions. (v)The purpose of this acquisition is to purchase two ImageXpress Micro Confocal High Content Imaging Systems or equal. The Probe Development group is part of The National Center for Advancing Translational Sciences (NCATS). The Probe Development group utilizes 3D bioprinting techniques to generate tissues which will be used to perform studies into causes and treatments of various diseases. This approach can provide data more relevant to the whole body response than traditional studies which use two dimensional cell cultures. Initial research is being performed to advance fabrication techniques and protocols. 3D bioprinting is an additive manufacturing technique to build three dimensional live tissue structures that mimic natural in vitro live tissue. Live cells are harvested and dispensed into spatially controlled patterns in a layer by layer approach to generate three dimensional arrangements. The created structures undergo further biological treatment until they form tissue like morphology. The tissues may subsequently be used for therapeutic and research purposes. As part of the tissue development, verification and testing processes, tissues will be analyzed using High Content Imaging. Tissues take weeks to develop. As a tissue develops, it must be measured and monitored to track its development and record any relevant data. In order to measure fluorescence and colorimetric data in tissues, we require a High Content Imaging System. After tissue development, tissues will be screened for response to drugs. The High Content Imaging System will be essential to efficiently obtain data from our screens, and provide results from our assays (vi)ImageXpress Micro Confocal High Content Imaging System. The systems must meet the following requirements in order to achieve the results desired in accordance with the programs mission. oImageXpress Micro Confocal High Content Screening System which includes: 10X Plan Apo 0.5 NA objective, MetaXpress Imaging and Analysis software, Windows 7 64-Bit Acquisition computer with MDCStore database and Microsoft SQL Express (10GB size-limited database), Toolkit with slide holder and bead plate 1 year warranty covering parts & labor. oImageXpress Confocal Research Option. Includes: 8 position filter wheel, 5 position dichroc wheel, dual disk unit allowing selection between 3 modes of A) 60 micron pinhole disk for your basic confocal requirements B) 42 micron pinhole disk for high resolution confocal imaging) and C) widefield (not-confocal) imaging mode. oIMAGEXPRESS MICRO CONFOCAL: ENVIRONMENT CONTROL AND TRANSMITTED LIGHT WITH PHASE CONTRAST COMBINATION, 120VAC Includes: 20x Ph1 S Plan Fluor ELWD ADM 0.45 NA Objective. o27 INCH Monitor; 2560 X 1140 with >3 USB PORTs and multiple video INPUTS oSTANDARD, MICROSOFT SQL SERVER, 64 Bit License. Includes Licensing for 5 Device CAL ( Client Access License) Pleas refer to the attachjed statement of work for the complete details and required specifications. (vii)The units are to be delivered and installed within 4 months from the date of receipt of the executed award. (viii)The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Any response to this solicitation\synopsis must include the offerors ability to meet or exceed the specified requirements in addition to the fully satisfying the mandatory requirements and the delivery and installation schedule. (ix)The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a)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 following factors shall be used to evaluate offers: Mandatory Criteria The system must have the following features and capabilities; 1.Multiple confocal disk geometries including a high-resolution dual disk configuration with 60 micron confocal pinhole, 42 micron confocal pinhole and widefield modes. It must be upgradeable to include a 50 micron slit confocal mode. This allows us to select disc geometry to match resolution and speed needs. 2.Be available with objectives ranging in magnification from 1x-100x to allow us to conduct a wide range of studies. 3.Have optically encoded resolution of at least 100nm to achieve high accuracy and precision in X, Y, and Z axes. 4.Have high contrast, hardware based (instead of digital) brightfield and true phase contrast imaging, including 0.3 NA with 65 mm WD and PhL, Ph1, and Ph2 selectable phase rings. This will allow us to image non-fluorescent histochemically stained samples, as well as localize fluorescent signal to cellular morphology and therefore compare fluorophore-independent morphology with fluorescent image overlay. 5.Have a solid state light engine to provide an expected lifetime of 20,000 hours. 6.Conduct both fluorescence and colorimetric imaging. 7.Have a footprint no larger than 21" W x 34" L x 19" H, to fit the space allotted. Technical Evaluation Criteria Technical Capabilities - The proposed equipment capabilities to meet or exceed the specifications stated in the statement of work. Past Performance - Contractor must demonstrate their ability to deliver and maintain the units proposed. Vendors should provide 3 references for units that have been delivered, installed and currently are being maintained for the past three years. Delivery Schedule - Must be able to meet or exceed the delivery time table of 4 months after receipt of award. Technical and past performance, when combined, significantly more important than cost or price; (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x)The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi)The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. POST AWARD EVALUATION OF CONTRACTOR PERFORMANCE a. Contractor Performance Evaluations Interim and Final evaluations of Contractor performance will be prepared on this contract in accordance with FAR Subpart 42.15. The Final performance evaluation will be prepared at the time of completion of work. In addition to the Final evaluation, Interim evaluation(s) will be prepared Annually as follows on [Insert Dates]. Interim and Final evaluations will be provided to the Contractor as soon as practicable after completion of the evaluation. The Contractor will be permitted thirty days to review the document and to submit additional information or a rebutting statement. If agreement cannot be reached between the parties, the matter will be referred to an individual one level above the Contracting Officer, whose decision will be final. Copies of the evaluations, Contractor responses, and review comments, if any, will be retained as part of the contract file, and may be used to support future award decisions. b. Electronic Access to Contractor Performance Evaluations Contractors may access evaluations through a secure Web site for review and comment at the following address: http://www.cpars.gov (xii)FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Refer to attachment number two for the applicable FAR Clauses for this requirement. (xiii)The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices, NONE. (xiv)The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv)Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. 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. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by August 31, 2016 at 9:00 AM Eastern Standard Time. and reference number HHS-NIH-NIDA-SSSA-CSS-2016-585. Responses may be submitted electronically to Mr. Brian Lind at lindbj@nida.nih.gov. Fax responses will not be accepted. (xvi)The name and telephone number of the individual to contact for information regarding the solicitation Mr. Brian Lind at 301-827-5298.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SOL-2016-585/listing.html)
- Place of Performance
- Address: National Center for the Advancement of Translational Sciences, Rockville, Maryland, 20852, United States
- Zip Code: 20852
- Zip Code: 20852
- Record
- SN04207704-W 20160805/160803235215-d31a780b4effd593ecf6d7f4999d220f (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 |