SOLICITATION NOTICE
67 -- iXon Ultra 987 camera
- Notice Date
- 7/23/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333314
— Optical Instrument and Lens 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-(AG)-PSOL-2018-307
- Archive Date
- 8/16/2018
- 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
- HHS-NIH-NIDA-(AG)-PSOL-2018-307 INTRODUCTION 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. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures, FAR Subpart 13.5--Test Program for Certain Commercial Items, and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA-(AG)-PSOL-2018-307 and the solicitation is issued as a PRE-SOLICITATION, NOTICE OF INTENT, to award a contract on a non-competitive basis to Andor Technology, 425 Sullivan Avenue, Ste 3, South Windsor Ct, 06074. ACQUISITION AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13--Simplified Acquisition Procedures, Subpart 13.5--Test Program for Certain Commercial Items, and Subpart 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements, and is expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13--Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6--Competition Requirements. The non-competitive determination is based upon the market research conducted as prescribed in FAR Part 10--Market Research, specifically the results of market research concluded no other source of supply or service has the capability to provide a iXon Ultra 987 camera. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99, dated July 2018. CONTRACT TYPE The Government intends to award a firm fixed price purchase order for this requirement. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The associated NAICS code for this requirement is 333314 Optical Instruments and Lens Manufacturing and the small business size standard 500 employees. BACKGROUND The National Institute of Aging is studying the basic mechanism of ATP production in mitochondria and bioenergetics of aging. We are conducting single molecule microscopy with single photon detection experiments based on luciferase detection assay. Our experiments are performing in specially designed dark room inside light-tight black box. Due to especial conditions of our experiments (that is equivalent to the norm of the modern quantum physics experiments) we are in great needs of state -of-the art detector. Andor provide the new Ixon Ultra 897 model that satisfied demand of our experimental conditions. This camera has been successfully used for quantum physics and single photon detection experiments. We are going to trade-in our old model Andor camera for new iXon Ultra 897.The new Andor iXon ultra 897 camera superior to all existing cameras in single to noise performance at low light level conditions allowing single photon imaging for single molecule microscopy applications. Mitochondria are the main ATP suppliers to meet cellular demands. The fuel used by mitochondria is transported across the inner mitochondrial membrane to the matrix and produces a source of electrons whose redox-potential energy is, in turn, harnessed by the electron transport chain. The flux of electrons is reflected in oxygen consumption. The energy released from this electron flow is used to transport protons out of the matrix across the inner mitochondrial membrane forming a gradient whose proton-motive force drives ATP synthase to make ATP A complete description of the ATP synthase control mechanisms is still lacking. We discovered that mammalian ATP synthase, previously believed to be a machine running exclusively on H+, actually utilizes almost 4 K+ for every H+ to make ATP inside intact cellular mitochondria. Thus, ATP synthase is, for the first time, identified as a primary mitochondrial K+ uniporter, i.e., the primary way for K+ to enter mitochondria; furthermore, since this K+ entry is directly proportional to ATP synthesis and regulates matrix volume, this in turn serves the function of directing the matching of cellular energy utilization with its production. We discovered that ATP synthase is also a recruitable mitochondrial ATP-dependent K+ channel which serves critical functions in cell protection signaling that can limit the damage of ischemia-reperfusion injury. Thus, we discovered the molecular identity of two mitochondrial potassium channels, an entirely new function set for ATP synthase, and what is likely the primary mechanism by which mitochondrial function matches energy supply with demand for all cells in the body. Single photon imaging and single molecule microscopy experiments with new Andor iXon Ultra 897 camera will fundamentally change our understanding of the regulation of mitochondrial energy production and homeostasis. PURPOSE AND OBJECTIVES The purpose of this requirement is NIA is need of a new Andor iXon Ultra 897 back-illuminated 512x512 EMCCD camera with standard AR coating, mechanical shutter, 16 µm pixel size, max readout rate 17 MHz, Max frame rate 56 fps, Cooling to -100 C max., Digitization 16 bit for all readout speeds, USB 2.0 connectivity, < 1 e- read noise, iCam, C-mount, UltraVacTM vacuum seal technology. We are currently using out of date Andor camera purchased in 2009 that will trade-in for superior the extremely low noise of a new Andor iXon Ultra 897 camera coupled with the new overclocked speed performance is placing this model at the forefront of consideration when it comes to upgrading the high and imaging performance of laboratory. Ultimate sensitivity is attained through deep thermoelectric cooling down to -100°C and industry-lowest clock-induced charge noise. The significant speed boost facilitates a new level of temporal resolution to be attained. This camera is ideal for speed challenging low-light applications such as single molecule and single photon imaging. This camera will be used for single photon detection of luciferase detection system developed in our lab. We are able detect a single event of ATP production by mitochondrial ATP synthase reconstituted in macropatch bilayer, that is important for our ongoing project. We are studying the basic mechanism of ATP production in mitochondria and bioenergetics of aging. Andor provide the new Ixon Ultra 897 model that satisfied demand of our experimental conditions allowing single photon imaging for single molecule microscopy applications. Description: Andor iXon Ultra 897 camera Catalog no. DU-897U-CS0-BV-9933, Qty 1 Cherry Picked Sensor, Catalog no. 030 NRE, Qty 1 Place of Performance: 251 Bayview Blvd Baltimore, MD 21224 Anticipated Delivery: 10 days after receipt of order This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. 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. 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 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. The following FAR provisions shall apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial Items, 52.212-2, Evaluation--Commercial Items. Evaluation factors that will be used to evaluate the offer most advantageous to the Government, price and other factors considered, include ability to meet the technical requirements stated in this pre-solicitation and on basis of best value to the government. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. The Clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and the Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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 responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by August 1, 2018 at 12:00 pm, Eastern Standard Time (EST) and must reference solicitation number HHS-NIH-NIDA-(AG)-PSOL-2018-307. Responses may be submitted electronically to amcgee@mail.nih.gov. For information regarding this solicitation, contact Andrea McGee by email at amcgee@mail.nih.gov or by phone at (301) 480-2449.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-(AG)-PSOL-2018-307/listing.html)
- Place of Performance
- Address: 251 Bayview Boulevard, Baltimore, Maryland, 21224, United States
- Zip Code: 21224
- Zip Code: 21224
- Record
- SN05003138-W 20180725/180723231048-3e311fcdf1239a4f2ce315fa37f4c4dd (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 |