Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2016 FBO #5385
SOLICITATION NOTICE

65 -- Confocal Digital Slide Scanner - Attachments

Notice Date
8/19/2016
 
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-CSS-2016-708
 
Archive Date
9/28/2016
 
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
Addendum C - 52.212-5 Addendum B - 52.212-2 Addendum A - 52.212-1 Attachment Number Two - Slide Scanner Specifications Attachment Number One - Statement of Work (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)The solicitation number is HHS-NIH-NIDA-SSSA-CSS-2016-708 and the solicitation is issued as a Request for Quote (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 2005-89-1, dated 08/15/2016. (iv)The associated NAICS code 334516 and the small business size standard 1000 employees. This is a full and open solicitation with no set aside restrictions. (v)The Facility has a current and future need to expand the scope of its established and continuously evolving flow cytometry bioassays by providing seamless cross-platform compatibility with comparable in situ cytometry bioassays used in field based microscopy applications and tailored to support highly multiplexed 2D and 3D immunohistology and systems biology research projects that are not amenable to using tissue dissociation and single-cell suspension preparations required by flow cytometry techniques. Acquisition of a state-of-the-art 20-color confocal, 30-color wide-field fluorescence and full-color bright field digital slide scanner with integrated software optimized for high resolution multiplexed 3D imaging of thick tissue slices and intact specimens (including whole mouse and rat brains) processed with tissue clearing methods and for 2D imaging of thin serial tissue slices for array tomography applications and large specimen scans (including monkey and human whole brain sections), will enable seamless use of these technologies in porting the existing multiplexed bioassays currently developed for flow cytometry applications to be fully compatible with 2D and 3D immunohistology imaging applications, as well as facilitate future development of new multiplexed in situ imaging bioassays tailored to continuously evolving investigator interests and needs. The Facility currently supports over 120 basic and clinical research projects in 42 NINDS and other intramural programs across 14 NIH intramural institutes and centers and the acquired confocal and wide-field fluorescence and full-color bright field imaging scanner with fully integrated and automated software for image acquisition and analysis will be an invaluable shared resource to all NINDS and other intramural investigators planning to carry out their systems biology, 2D and 3D histology, array tomography, whole brain imaging and in situ cytometry experiments at this Facility. Purpose or Objective of the Requirement: The purpose of this requirement is procure a Confocal Digital optical Scanner with 20-color confocal, 30-color wide-field fluorescence and full-color bright field digital slide scanner and four (4) high-end computer workstations with integrated software optimized for high resolution with multiplexed 2D and 3D imaging and comprehensive image analysis. Please refer to Attachment Number One (Statement of Work) and Attachment Number Two (equipment Specifications) for a complete listing of product details and speciifcations. (vi) 20-Color Confocal, 30-Color Wide Field Fluorescence, and Full-Color Bright Field Digital Slide Scanner with Integrated Image Acquisition and Analysis Software and 4 high-end computer workstations with built-in data storage (vii)The contractor shall deliver and install the required equipment within twenty four (24) weeks after receipt of order. Delivery must be FOB Destination and must include inside installation. The equipment shall be delivered and installed between the hours of 8:00am and 5:00pm, Bethesda, MD local prevailing time, Monday through Friday. The required equipment shall be delivered and installed inside at the NIH Main Campus, Building 10, Room 5S241, located at 10 Center Drive, Bethesda, MD 20892. (viii)The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Please refer to Addendum A for additional Instruction to Offerors. (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 on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price. The technical evaluation factors are as follows, in order of importance: 1)Factor 1: Equipment Capability The contractor shall detail in its technical proposal how it shall meet or exceed the minimum specifications as set forth in this Statement of Work. Proposal shall include detailed specifications of the offered equipment and its capabilities. 2)Factor 2: Equipment Warranty The contractor shall detail in its technical proposal the terms and conditions for its proposed warranty. The proposed approach shall be evaluated for the ways in which it meets or exceeds the equipment warranty requirements. 3) Factor 3: Delivery, Installation, and Training The contractor shall detail in its technical proposal how it shall meet the delivery, installation, and training requirements. The Government shall evaluate for ability to meet or exceed these requirements. Proposals must include a delivery lead-time and explanation of who shall perform installation, the installation time frame, as well as what training will be provided and how it shall be delivered. 4)Factor 4: Past Performance The Contractor shall provide a list of two (2) contracts or purchase orders completed during the past five (5) years, similar in size and scope to the equipment requirements outlined in this Statement of Work. Experience must be specific to provision of confocal microscope/slide scanner and associated software for image acquisition and analysis and shall include the following information for each contract or purchase order listed: a.Name of Contracting Organization b.Contract Number c.Total Contract Value d.Description of Requirement and Specific Responsibilities of the Offeror as they relate to this SOW e.Contract Period of Performance Past Performance shall be evaluated for relevance to the current requirement. (c) 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. 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. b. 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. c. 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 (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. Please refer to Addendum B for additional clauses applicable to this requirement. (xii)FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Please refer to Addendum C for additional clauses applicable to 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. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (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 proposing on an equal product 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 September 13, 2016 at 9:00 AM Eastern Standard Time and reference number HHS-NIH-NIDA-SSSA-CSS-2016-708. 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-CSS-2016-708/listing.html)
 
Place of Performance
Address: National Institutes of Health, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04232429-W 20160821/160819234905-ca263c2920af1ba485bf1c9e68be1aaa (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.