SOLICITATION NOTICE
66 -- OnPoint Backscattered Electron Detector Model 400
- Notice Date
- 7/10/2017
- Notice Type
- Presolicitation
- 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, 6001 Executive Boulevard, Room 3165, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-PSOL-2017-336
- Archive Date
- 8/8/2017
- Point of Contact
- Andrea McGee, Phone: 301480-2449
- E-Mail Address
-
amcgee@nida.nih.gov
(amcgee@nida.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION PURSUANT TO FAR Subpart 5.2-Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT TO ACTION. THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Institute of Drug Abuse intends to negotiate and award a contract for Gatan Inc, 5794 W. Las Positas Blvd, Pleasanton, CA 94588. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 3345616 with a Size Standard of 1000 employees. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses of the Federal acquisition Requlation (FAR) in effect through the Federal Acquisition Circular (FAC) 2005-94/95, dated January 19, 2017. STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source. DESCRIPTION OF REQUIREMENT Project Description OnPoint Backscattered Electron Detector Model 400 Purpose and Objectives The NIDA Electron Microscopy (EM) Core serves NIDA-IRP researchers by providing access to existing and emerging techniques for neuronal ultrastructural analysis. The NIDA EM Core offers the following services: (1) EM services that are tailored to the needs of individual IRP researchers. Services include sectioning, immunostaining and counterstaining, and EM imaging; and (2) training and access to an ultrathin microtome and a transmission electron microscope, and data interpretation. The EM Core needs to upgrade the backscattered electron detection, on the Zeiss Sigma VP scanning electron microscope (SEM), to support high-speed low kilovolts (kV) imaging on the existing 3View2 XP system. The EM Core will be able capture more details in neurons in animal models of drug addiction which will lead to a better understanding of the changes in the brain during the initiation, maintenance, and elimination of drug abuse and addiction. Our Electron Microscopy Core department is developing the new emerging techniques including 3-D reconstruction and correlative light-electron microscopy. Our current Backscattered Electron Detector produced SEM images for well coated samples. However, for difficult or non-conductive samples, the resolution is not high enough for 3-D reconstruction. By operating beam energies at low kilovolts, the detector reduces the interaction volume of the electron beam with the sample to minimize charging and damage. SCOPE OF WORK Cat. No. 400.3V Backscattered Electron Detector Upgrade Qty. 1 Cat. No. 400.T Installation and training Qty.1 Installation and basic operator training - mandatory. Basic operator training covers the following items: General precautions. Basic system functionality. Start-up and shut-down of the computer and camera. Image acquisition. Software and hardware parameters for improving image quality. Magnification correction. Period of Performance 30 Days ARO CLOSING STATEMENT This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice 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." A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must be received by July 24, 2017. 12:00 pm Eastern Standard Time and must reference number HHS-NIH-NIDA-SSSA-PSOL-2017-336. Responses must be submitted electronically to Andrea McGee amcgee@mail.nih.gov and must reference the solicitation number HHS-NIH-NIDA-SSSA-PSOL-2017-336 on your electronic request. FAX requests are not accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-PSOL-2017-336/listing.html)
- Place of Performance
- Address: 251 Bayview Blvd., Baltimore, Maryland, 21224, United States
- Zip Code: 21224
- Zip Code: 21224
- Record
- SN04572214-W 20170712/170710234613-cdbdc09fe5b8ac59d3dc038a926ead51 (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 |