DOCUMENT
66 -- Multiwell MEA 2100-2x60 system and options - Package #1
- Notice Date
- 5/11/2018
- Notice Type
- Package #1
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- 1906381
- Archive Date
- 6/5/2018
- Point of Contact
- Peggy S. Schott, Phone: 406-375-9815
- E-Mail Address
-
margaret.schott@nih.gov
(margaret.schott@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- 52.212-5 This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation document will not be issued. Submit offers on RFQ 1906381. This solicitation is a request for quotes (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Looseleaf FAC 2005-97_1-1-18.pdf as of (05-04-18). The associated North American Industry Classification System (NAICS) code for this procurement is 334516 Analytical Laboratory Instrument Manufacturing with a small business size standard of 1000 employees. This is a total small business set aside. The National Institute of Allergy and Infectious Diseases (NIAID), Rocky Mountain Laboratories, is seeking to purchase a Multiwell MEA 2100-2x60 system brand name or equal. This is a request for quotes. All interested companies shall provide quotation(s) for the following: 1Multiwell MEA 2100-2x60 system 1 each 2 Peristaltic perfusion system 2 each 3 Heatable perfusion cannula with temperature sensor 2 each 4 Magnetic perfusion holder 4 each 5 Standard microelectrode array 7 each 6 MEA culture chamber 7 each 7 Stainless steel slice hold-down flat frame from RC-42 1.0mm spacing 2 each 8 Fitting and tubing kit 1 each 9 24-well plate with pedot electrodes on glass substrate (24W300/30G-288) 1 each 10 24-well plate for Multiwell-MEA-system 4 each 11 Climate chamber for MEA2100 systems 2 each The minimum system must include; a 2 x 60 (or >60) electrode MEA headstage, a multiwell MEA headstage, perfusion system (with heating), perforated array options, climate chamber for arrays, culture chambers for containing infectious agents (leak proof and autoclavable), flexible interface, relevant control software. It must be possible to have two headstages connected at the same time and to upgrade the system with a head stage for in vivo monitoring. The Multiwell and 2x60-MEA-system must meet or exceed the technical specifications below and in the attached datasheets. Multiwell-MEA workstation with integrated data acquisition for recording from 288 MEA electrodes and 8 additional analog channels. Integrated filter amplifier and voltage stimulus generator (simultaneous stimulation in all wells possible. Any electrode can be selected for stimulation). MEA workstation for recording and analyzing data from two 60-electrode MEAs (microelectrode array). With integrated data acquisition for recording from 120 MEA electrodes and 8 additional analog channels. Integrated filter amplifier and 3-channel current or voltage stimulus generator. Complete with MCS-interface board 3.0 multiboot, Multiwell-MEA headstage, MEA 2x60 headstage, data acquisition computer with preinstalled software, and accessories. USB High Speed data transfer with a sampling rate of up to 50 kHz/channel. Data acquisition computer: - PC (preinstalled software) with 2 monitors, keyboard and mouse Multiwell Screen and Multi Channel Suite programs: - Data acquisition and analysis softwares Multiwell-MEA headstage: - Pre- and filter amplifier with integrated data acquisition and analog-digital converter - Gain and bandwidth adjustable via software - Data resolution 24 bit - Direct access to each electrode for stimulation via internal stimulus generator. - Control of stimulator via the included data acquisition software Multiwell Screen - Integrated blanking circuit for stimulus artifact suppression - Integrated stimulus generators (any electrode can be selected for stimulation) - Voltage stimulation at max. +/-10 V - Sampling rate max. 50 kHz per channel - Integrated heating plate and temperature control MEA 2x60 headstage: - Pre- and filter amplifier with integrated data acquisition and analog-digital converter - Gain and bandwidth adjustable via software Multi Channel Suite - Data resolution: 24 bit - Direct access to each electrode for stimulation via internal stimulus generator. - Control of stimulator via the included data acquisition software - Current stimulation at max. +/-1.5 mA - Voltage stimulation at max. +/-10 V - 3 independent stimulus generators - Sampling rate max. 50 kHz per channel - Integrated heating element (Pt 100 sensor) - With installed metal plate for fixing perfusion equipment MCS interface board 3.0 multiboot (MCS-IFB 3.0 Multiboot): Includes various in-/outputs: - 4x Digital Out: Interface for output bit 0 -3 of the 16-bit digital input / output channels (Lemo connector) - 4x Digital In for synchronization with other instruments (bit 0 - 3) (Lemo connector) - Digital IN / OUT: Interface for 16-bit digital input / output channels. Generates or accepts TTL-pulses - 1x Stereo Out: Possibility to export 2 channels (e.g on an oscilloscope or headphones making the signals audible) - 2x Analog IN: Interface for 2 additional analog inputs (channel 1 and 2) (Lemo connector) - Analog IN: 8-channel Analog input (channel 1-8) - 1x Ground - 1x Universal Serial Bus High Speed for transferring digitally converted data to any data acquisition computer with a sampling rate of up to 50 kHz (USB High Speed cable) - 1x USB Serial Bus High Speed for programing the integrated signal processor - External power supply: 100-240 V input voltage range 2-channel temperature controller for biological samples - Precision rt->50 *NOTE: Include ANY and ALL potential costs as line items in the quote. Quotes with costs in the terms and conditions will not be considered. Submission Deadline and Point of Contact: Submission shall be received not later than May 20, 2018 1:00 p.m. MST. Offers may be e-mailed to Peggy Schott at margaret.schott@nih.gov. Place of Performance: Rocky Mountain Laboratories, 903 South 4th Street, Hamilton, MT 59840, United States Award will be based on the price, past performance, delivery, warranty, and the best value to the government. Only quotes for the above listed brand name items will be considered. PROVISIONS AND CLAUSES The government intends to award a firm, fixed price purchase order as a result of this solicitation that will included the terms and conditions set forth herein. The following additional FAR & HHSAR provisions and clauses are incorporated by reference and applicable to this requirement: The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2017) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Nov 2017) Offerors must complete annual representations and certifications on-line at http://www.sam.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (Jan 2017) The following contract clauses apply to this acquisition: FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (Jan 2017) FAR 52-212-4 Contract Terms and Conditions Commercial Items (Jan 2017) FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2018) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.232-1 Payments (Apr 1984) The following HSSAR clause applies to this acquisition: 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations. (Dec 2015) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html or, upon request, either by telephone or fax. This is an open-market combined synopsis/solicitation for a multiwell MEA system brand name or equal as defined herein. The government intends to award a fixed-price purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Submission shall be received not later than May 25, 2018 by 1:00 p.m. MST. Offers may be mailed, e-mailed or faxed to Peggy Schott at margaret.schott@nih.gov or Fax to 406-363-9288. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit an offer that will be considered by this Agency. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Peggy Schott at margaret.schott@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/1906381/listing.html)
- Document(s)
- Package #1
- File Name: See Combined Solicitation/Synopsis for a list of applicable FAR clauses (http://farsite.hill.af.mil/vmfara.htm)
- Link: http://farsite.hill.af.mil/vmfara.htm
- File Name: See Combined Solicitation/Synopsis for a list of applicable HHSAR clauses (https://www.hhs.gov/)
- Link: https://www.hhs.gov/
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: See Combined Solicitation/Synopsis for a list of applicable FAR clauses (http://farsite.hill.af.mil/vmfara.htm)
- Place of Performance
- Address: 903 South 4th Street, Hamilton, Montana, 59840, United States
- Zip Code: 59840
- Zip Code: 59840
- Record
- SN04919782-W 20180513/180511230831-93d3a49f95c8cdbc83ba75db896317f8 (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 |