SOLICITATION NOTICE
66 -- High Throughput Microscope Slide Imaging System - FAR 52.212-5
- Notice Date
- 8/23/2016
- 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-2016-602
- Archive Date
- 9/17/2016
- Point of Contact
- Hunter A. Tjugum, Phone: 301 435 8780
- E-Mail Address
-
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- FAR 52.212-5 (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-2016-602 and the solicitation is issued as a Request for Quotation (RFQ) on a full and open competitive basis with no set-aside restrictions. 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 expected to exceed the simplified acquisition threshold of $150,000.00. A fixed-price type contract is contemplated for any resulting contract entered into as a result of this solicitation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC Number/Effective Date: 2005-89 / 07-14-2016. (iv) The North American Industry Classification System (NAICS) code for this procurement is 334516 - Analytical Laboratory Instrument Manufacturing with associated business size standard 1000 employees. (v) Background The National Institute of Mental Health (NIMH) Intramural Program plans and conducts basic, clinical, and translational research to advance understanding of the diagnosis, causes, treatment, and prevention of mental disorders through the study of brain function and behavior. NIMH scientists conduct research ranging from studies into mechanisms of normal brain function, conducted at the behavioral, systems, cellular, and molecular levels, to clinical investigations into the diagnosis, treatment and prevention of mental illness. Major disease entities studied throughout the lifespan include mood disorders and anxiety, schizophrenia, obsessive-compulsive disorder, attention deficit hyperactivity disorder, and pediatric autoimmune neuropsychiatric disorders. Purpose and Objective: The purpose of this acquisition is to obtain the required supply and delivery requirement described in this announcement: specifically, one (1) High Throughput Microscope Slide Imaging System on a BRAND NAME OR EQUAL basis for the Zeiss Axioscanner Z1 microscope manufactured by Carl Zeiss Microscopy, LLC, located at 1 Zeiss Drive, Thornwood, NY. The NIMH Intramural Program requires the high throughput microscope slide imaging system for acquiring high resolution fluorescent and brightfield images of large volumes of experimental brain sections. Product Description: Products offered must include those salient physical, functional, or other characteristics of the Zeiss Axioscanner Z1 microscope that are deemed essential in meeting the government's needs. Specifically, the following are considered essential requirements for this acquisition: 1. Capable of imaging at least to 100 1 x 3 inch or 50 2 x 3 inch slides during unattended operation. The indicated number and size of slides must be loaded into the instrument and individually loaded into the imaging path in a precisely controlled manner that is programmed in advance by the user. 2. Imaging with 10X and 20X high numerical aperature dry objectives with ability to take pictures of the material using either a 10X or a 20X objective (e.g lens), that the lenses have a high numerical aperature (diameter of the optical system, which would be about 0.4 or greater for the 10X and 0.8 for the 20X), and that this must be achieved without use of an immersion fluid between the objective and the specimen. 3. Tiling regions of interest, ranging in size from 1 x 1 cm to the entire slide size, for a series of separate pictures are taken, each one exactly next to the last so that when they are combined into a larger one it looks like one picture of a very large area that is of the quality that is acquired by taking high magnification images of a small area. 4. Visualization of dyes, including organic chemicals DAPI, Alexa488, Alexa555, Alexa 564, Alexa594, Alexa647, fluorescent proteins, including eGFP, mCherry, tdTomato, and DAB reaction product and standard histological stains. To include appropriate hardware and software for high quality pictures of material labeled with any or all of these chemical dyes to be taken. Hardware must include an appropriate illuminator, appropriate filter sets, and motors to control both the illuminator and the filter sets, and user adjustable software to control those motors, in coordination with the microscope's functional attributes. 5. Capable of autofocus over all slides, including advance set up for extended runs up to the instrument capacity and algorithm. Combination of hardware and software must be able to adjust the focus so the image is sharp for each color as the tiling described above is performed, and after initial programming and adjustment by the user this will proceed properly without further user interaction so that the instrument can function unattended. 6. Images must be obtained or exportable in a format that is compatible with software using a format obtained by Microbrightfield Neurolucida. Products offered must be essentially equal to the specified high throughput microscope slide imaging system described in this solicitation that specifically includes the Zeiss Axio Scan.Z1 system unit, catalog number 43003890000000000, and related accessories. Contractor shall possess the ability to achieve the essential requirements described in this solicitation. Inspection and Acceptance Offerors should indicate an estimated delivery time in full after receipt of an order and any other training or warranty schedules applicable. Inspection and acceptance will be performed at the National Institutes of Health, National Institute on Mental Health, located at 35 Convent Drive, Bethesda, MD 20892. The Government expected delivery and installation timeframe is 63 days after contractor receipt of any contract resulting from this solicitation. (vi) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The following is provided as an addendum to FAR clause 52.212-1, Instructions to Offerors. Offerors should indicate an estimated delivery time in full after receipt of an order and any other training or warranty schedules applicable. Inspection and acceptance will be performed at the National Institutes of Health, National Institute on Aging, located at 251 Bayview Boulevard, Baltimore, MD 21224. The Government expected delivery and installation timeframe is 30 days after contractor receipt of an order resulting from this solicitation. (vii) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following is an addendum to 52.212-2. Responses received to this RFQ will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order, and warranty and training considerations. Responses will be evaluated based on contractor's ability to meet the government's essential requirements stated in this notice and on ability to deliver required supplies. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation. Under the lowest-price technically acceptable (LPTA) process, Offerors' will be determined to be "technically acceptable" or "technically unacceptable" based on an evaluation of responses against the following factors to determine if, as submitted, the proposal is technically acceptable. (1) Technical Capability: Offerors shall clearly indicate possessing the capability to achieve the essential features of this requirement. Offerors submitting a response with documented technical specifications and evidence of possessing the technical knowledge, qualifications and capability and management structure needed in successfully achieving this requirement will be determined to be technically acceptable. (2) Past Performance. The offeror must submit with their proposal a list of the last two (2) contracts completed during the past two (2) years and / or contracts awarded currently in process that are similar in nature to this requirement. Offerors may submit redacted contracts or invoices of the same or similar requirement. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments or commercial entities. Newly formed companies without prior contracts should list contracts and subcontracts as required above for personnel. For each contract, subcontract, or reference include: (i) Name of Contracting Organization; (ii) Contract Number (for subcontracts, provide prime- and sub- contract numbers); (iii) Contract Type; (iv) Total Contract Value; (v) Description of Requirement; (vi) Contracting Officer's Name and Telephone Number; (vii) Program Manager's Name and Telephone Number; and (viii) North American Industry Classification System (NAICS) Code. Offerors will be determined technically acceptable on its performance under existing and prior contracts for similar services. The Government is not required to contact all references provided by the offeror. Also, references other than those identified by the offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the offeror's past performance technically acceptable determination. 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. (viii) The provision at FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. (ix) The provision at FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. An addendum to FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, Offeror Representations and Certifications Commercial Items, applies to this acquisition. The addendum includes the following FAR Clauses, provisions, terms and conditions: (a) 52.217-6 Option for Increased Quantity (Mar 1989). (x) The provision of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition and the clause at 52.222‐51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment‐‐Requirements (Nov 2007) (41 U.S.C. 351, et seq.) applies to this acquisition. (xi) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiii) 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. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria and a price proposal. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer, or provide a copy of the valid certifications registrations and Representation and Certifications from the System of Award Management (SAM) applications at www.SAM.gov, which may be indicated on the Offeror's cover sheet. 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 no later than the date specified in this announcement. Late responses will not be accepted. All responses must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-2016-602. Responses must be submitted electronically to hunter.tjugum@nih.gov and NIDASSSAPurchaseRequ@mail.nih.gov. Facsimile responses will not be accepted. For information regarding this solicitation, contact Hunter Tjugum by email at hunter.tjugum@nih.gov or by phone at 301-827-5304.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-2016-602/listing.html)
- Record
- SN04236186-W 20160825/160823234655-04474df7651b8a82db71e495fcd5e14e (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 |