SOLICITATION NOTICE
66 -- Multi Wavelength Laser Combiner for Single Molecule Microscope - FAR 52.212-3 Reps and Certs - FAR 52.212-5 Applicable Clauses
- Notice Date
- 3/20/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334413
— Semiconductor and Related Device 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, 20892-9559, United States
- ZIP Code
- 20892-9559
- Solicitation Number
- NIH-NIDA-CSS-18-4862882
- Archive Date
- 4/5/2018
- Point of Contact
- Jason Williams, Phone: 3014965985, Nancy Lamon-Kritikos, Phone: 301-480-2447
- E-Mail Address
-
Jason.Williams1@nih.hhs.gov, nancy.lamon-kritikos@nih.gov
(Jason.Williams1@nih.hhs.gov, nancy.lamon-kritikos@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items APPLICABLE CLAUSES FAR 52.212.3 Offeror Representations and Certifications -- Commercial Items Title: Multi Wavelength Laser Combiner for Single Molecule Microscope 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 NIH-NIDA-CSS-18-4862882 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 not expected to exceed the simplified acquisition threshold. The associated NAICS code is 334413, "Semiconductor and Related Device Manufacturing" and the small business size standard is 1,250 or fewer employees. This acquisition is unrestricted, with no small business restrictions. Both large and small business offers shall be considered for award. Contract Type A firm-fixed price type contract is contemplated for this requirement. Statement of Need and Purpose : A laser combiner is required by the NINDS Cell Biology and Biophysics Unit (CBBU) for coupling to a single molecule microscope. This equipment will be used for multi-color simultaneous single molecule imaging of microtubules and microtubule binding proteins. This equipment will replace an existing laser combiner that has been damaged by a flood. Background Information and Objective : The Cell Biology and Biophysics unit (CBBU) performs measurements of microtubules and microtubule associated proteins and their kinetics and dynamics at the single molecule level. These measurements require multiple laser light sources and multiple control options. Microtubules and their interacting proteins will be imaged simultaneously requiring multiple illumination sources controllable from a single source. These experiments also require that the illumination source be temporally synchronized with the data acquisition hardware. Replacing our existing damage multi-line laser combiner will enable us to continue our work involving multi-color single molecule imaging. Generic Name of Product : Multi Wavelength Laser Combiner [Sample] Model, type, catalog and/or part number(s) : Oxxius L6Cc-405-488-561-638-980 with Remoteboxx controller and Oxxius control softward (or equivalent offering below salient chararcteristics) Salient characteristics Equipment must meet the following requirements: •Wavelength combiner must have dual fiber outputs with a fast switch mirror (<5ms @ 30Hz), a PM fiber coupling and FC/APC connectors. •Wavelength combiner must have lasers with the following wavelength/power combinaitons : o405 nm 300 mW o488 nm 200 mW o561 nm 300 mW (w/ AOM + electro-mechanical shutter) o638 nm 180 mW •Wavelength combiner must be fully controllable and 100% supported in micromanager software •Wavelength combiner must have a control unit and control software. •Wavelength combiner must have a p-to-p PM fiber coupled stability of +/- 2% •Wavelength combiner must have digital modulation <= 2ns and analog modulation up to 3 MHz •Wavelength combiner must have a USB dedicated I/O interface •Wavelength combiner must have standard electromechanical shutters at the outputs •Wavelength combiner must have a linearize 561 nm output power vs. input analog signal •Wavelength combiner must have a footprint of no larger than 285x250x108 •Wavelength combiner must have at least 2 additional slots for future upgrades. •Wavelength combiner must have a 12-month warranty with an industry standard warranty on the 561nm laser. Governments minimum acceptable standards: •Contractor must meet or exceed each of the project requirements. •Contractor proposal must include a one (1) year warranty on the wavelength combiner box and an industry standard warranty on the 561 nm laser. •Contractor must confirm the ability to meet or exceed the period of performance and delivery requirements (within 8 weeks after purchase order issued). •Contractor shall provide a list of two contracts or purchase orders completed during the past five (5) years, similar in size and scope to the requirements outlined in the Statement of Work. Quantity: One (1) Multi Wavelength Laser Combiner with 405/488/561/638 lasers One (1) Controller One (1) Control Software Delivery Date: Deliver and install the laser combiner within 8 weeks after receipt of order. Warranty: At a minimum, contract shall provide for a 12-month warranty on the wavelength combiner box and an industry standard warranty on the 561 nm laser. Contract Type : A firm fixed price type contract is anticipated for this requirement. Delivery Location: National Institutes of Health Bldg. 35 35 Convent Drive, Rm. 3B207 Bethesda, MD 20892 The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. 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 this solicitation will be most advantageous to the Government on the basis of lowest price, technically acceptable. The following factors shall be used to evaluate offers: In addition to price, the Government will award a contract on the basis of technical acceptability in accordance with the Salient Characteristics section of the Purchase Description, the vendor's ability to meet the required delivery schedule contained in the Delivery Date section, and the required warranty as indicated in the Warranty section of the Purchase Description contained in this combined synopsis/solicitation. Past performance shall also be considered. (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. 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. (If your Representations and Certifications are current in SAM you would only need to complete paragraph b) of this provision [which states information in SAM is up to date, or if not, what has changed]). The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See attached document, "FAR 52.212-5 Applicable Clauses", for clauses applicable to this acquisition. 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. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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. 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 5 PM EST March 30, 2018 and reference number NIH-NIDA-CSS-18-4862882. Responses shall be submitted electronically to Jason Williams, Contracting Officer at willjas@nida.nih.gov Fax responses will not be accepted. For any questions or further information regarding this solicitation, please contact Jason Willliams, Contracting Officer, NINDS Contracts Management Branch, NIDA, NIH at PH: 301-496-5985; E-mail: willjas@nida.nih.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIH-NIDA-CSS-18-4862882/listing.html)
- Place of Performance
- Address: Contractor's facility -- installation at NIH main campus, Bldg. 10, Bethesda, MD, United States
- Record
- SN04861291-W 20180322/180320231814-0009a22e369264770ce0a9bfc0597757 (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 |