SOLICITATION NOTICE
66 -- Brand Name or Equal Carl Zeiss Primoverts with LED Illumination (qty 2), 4x, 10x, and 20x Phase Objectives Microscopes and a Zeiss Axiovert A1 Inverted Microscope
- Notice Date
- 8/2/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
- ZIP Code
- 20852
- Solicitation Number
- N02CP82594-73
- Point of Contact
- Ronette P. Collins, Phone: 2402765745, Reyes Rodriguez, Phone: 240-276-5442
- E-Mail Address
-
ronette.collins@nih.gov, reyes.rodriguez@nih.gov
(ronette.collins@nih.gov, reyes.rodriguez@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E132, Bethesda, MD 20892, UNITED STATES. Non-USPS mail such as FedEx, UPS and other private carriers please use Rockville, MD 20850. The U.S. Department of Health and Human Services, National Institutes of Health (NIH), National Cancer Institute (NCI), Division of Cancer Epidemiology and Genetics (DCEG), Laboratory of Translational Genomics (LTG) plans to procure three (3) brand name or equal Zeiss microscopes. This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation: No. N02CP8252594-73 includes all applicable provisions and clauses in effect through FAR FAC 2005-101 (JUL 2018) simplified procedures for commercial items. The North American Industry Classification System code is 334516 and the business size standard is 1000 employees. Only one award will be made as a result of this solicitation. This will be awarded as a severable firm fixed price type contract. I. Description of Requirement The NCI/DCEG/LTG will be expanding and requires additional microscopes for routine cell culture work. One of the microscopes will be capable of fluorescence detection, which will be used primarily for estimated transfection efficiency. The overall goal of the laboratory is to develop new approaches to the study of the genetic basis of cancer and its outcomes. Specifically, the LTG are investigating the genetic basis of strong association signals identified in candidate gene association studies, loci identified by linkage analyses in high-risk families, or genome-wide association studies (GWAS). The following product features/salient characteristics are required for this requirement: Fluorescent microscope must include: • LED light sources (including for fluorescence) • Red (630nm), Green (555nm), Blue (475nm), UV (385nm), white • Filter set suitable for DAPI, FITC, TRITC, Cy5 • Binocular tube • Phototube • Color camera and mount adapter • Slider to switch between binocular and photo • Condenser and slider for phase contrast • 4X or 5X objective suitable for phase contrast, bright field, and fluorescent microscopy. Free working distance must be 11.7mm thru 1mm polystyrene • 10x objective suitable for phase contrast, bright field, and fluorescent microscopy. Free working distance must be 8.5mm thru 1mm polystyrene • 20x objective suitable for phase contrast, bright field, and fluorescent microscopy. Free working distance must be 4.9mm thru 1mm polystyrene • 40x objective suitable for phase contrast, bright field, and fluorescent microscopy. Must have a correction collar to allow optimal focus thru cell culture vessels. Must be compatible with cover glass 0-1.5mm thick. Free working distance must be 2.9mm at cover glass of 0.75mm thick • Objective turret with at least 4 positions • PC workstation and software to control microscope, and acquire images • Inverted microscope • Timer that turns off microscope illuminators after a period of inactivity • Can be upgraded at any time to accommodate live cell imaging with on-stage incubation • Focusing range of 13mm to accommodate a variety of cell culture vessels • Objectives designed and optimized to perform well with 1mm plastic bottom vessels (cell culture vessels) • Universal phase slider for all objectives, 5x-40x • 100% compatibility with Carl Zeiss ZEN imaging software • Objectives compatible and interchangeable with existing Carl Zeiss confocal microscope and its objectives. Phase/brightfield microscopes must include: • 4X, 10X, 20X phase objectives • LED light source • Inverted microscope • Universal phase slider for all objectives • Binocular tube • Timer that turns the light off after 15 minutes • Objectives compatible and interchangeable with existing Carl Zeiss confocal microscope and its objectives Other requirements: • Must have a minimum 12 months warranty • Must include installation • Quote must include shipping and installation cost. NCI will not be responsible for any cost not included in the quote II. Delivery: Contractor shall deliver the item(s) within 30days after award to: NIH/NCI Bethesda, Maryland 20892. The Contractor that receives the award will be provided with the complete mailing address and point of contact. Upon award, Contractor must notify the NCI Technical Point of Contact to schedule the delivery. III. Payment: Payment shall be made after delivery and acceptance by the Technical Point of Contact. Payment authorization requires submission and approval of invoice by the NCI COR and NIH Commercial Accounts. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items (JAN 2017); 52.212-2, Evaluation Commercial Items (OCT 2014) Award will be made to the responsible firm submitting the lowest priced technically acceptable (LPTA) offer; and meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. Award will be made on all or none basis. A technically acceptable offer is one in which the Offeror complies with the requirements/technical specifications stated above, and does not take exception, nor object to any of the terms contained in this request. Offers that are not technically acceptable will not be considered further. The technical evaluation will be a determination based on information furnished by the Contractor. The Government is not responsible for locating or securing any information which is not identified in the proposal. The Government reserves the right to make an award without discussions. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. 52.212-3 Offerors Representations and Certifications Commercial Items (NOV 2017) WITH DUNS NUMBER ADDENDUM (52.204-6 (OCT 2016): 52.212-4 Contract Terms and Conditions Commercial Items (JAN 2017), applies to this acquisition. 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items (JUL 2018). The following additional FAR clauses cited in this clause are applicable: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR Clause 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006) FAR Clause 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) FAR Clause 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) FAR Clause 52.211-6 Brand Name or Equal (AUG 1999) FAR Clause 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns. (OCT 2014) FAR Clause 52.219-8 Utilization of Small Business Concerns. (NOV 2016) FAR Clause 52.219-28 Post Award Small Business Program Representation. (OCT 1995) FAR Clause 52.222-3 Convict Labor. (JUN 2003) FAR Clause 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2018) FAR Clause 52.222-21 Prohibition of Segregated Facilities. (APR 2015) FAR Clause 52.222-26 Equal Opportunity. (SEPT 2016) FAR Clause 52.222-35 Equal Opportunity for Veterans. (OCT 2015) FAR Clause 52.222-36 Affirmative Action for Workers with Disabilities (JUL 2014) FAR Clause 52.222-37 Employment Reports on Veterans (FEB 2016) FAR Clause 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. (DEC 2010) FAR Clause 52.222-50 Combating Trafficking in Persons (MAR 2015) FAR Clause 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. (AUG 2011) FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2013) FAR Clause 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. (JUL 2013) FAR Clause 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels. (FEB 2006) HHSAR 352.203-70 ANTI-LOBBYING (DEC 2015) Pursuant to the HHS annual appropriations acts, except for normal and recognized executive-legislative relationships, the Contractor shall not use any HHS contract funds for: (a) Publicity or propaganda purposes; (b) The preparation, distribution, or use of any kit, pamphlet, booklet, publication, electronic communication, radio, television, or video presentation designed to support or defeat the enactment of legislation before the Congress or any State or local legislature or legislative body, except in presentation to the Congress or any state or local legislature itself; or designed to support or defeat any proposed or pending regulation, administrative action, or order issued by the executive branch of any state or local government, except in presentation to the executive branch of any state or local government itself; or (c) Payment of salary or expenses of the Contractor, or any agent acting for the Contractor, related to any activity designed to influence the enactment of legislation, appropriations, regulation, administrative action, or Executive order proposed or pending before the Congress or any state government, state legislature or local legislature or legislative body, other than for normal and recognized executive-legislative relationships or participation by an agency or officer of a state, local, or tribal government in policymaking and administrative processes within the executive branch of that government. (d) The prohibitions in subsections (a), (b), and (c) above shall include any activity to advocate or promote any proposed, pending, or future federal, state, or local tax increase, or any proposed, pending, or future requirement for, or restriction on, any legal consumer product, including its sale or marketing, including, but not limited to, the advocacy or promotion of gun control. HHSAR 352.222-70 CONTRACTOR COOPERATION IN EQUAL EMPLOYMENT OPPORTUNITY (DEC 2015) HHS 352-239-73 ELECTRONIC AND INFORMATION TECHNOLOGY ACCESSIBILITY NOTICE (DEC 15) HHS 352.239-74 ELECTRONIC AND INFORMATION TECHNOLOGY ACCESSIBILITY (DEC 15) Full text copies of the representations and certifications for other cited provisions and clauses may be obtained online at the NCI website at http://ncioa.cancer.gov/oa-internet/ or from Ronette Collins, Contract Specialist at ronette.collins@nih.gov. OFFERORS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror's Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA) through www.sam.gov. Quotations must be received in the NCI-OA contracting office by 4:00 P.M. EST on August 10, 2018. Please refer to solicitation number N02CP82594-73 on all correspondence. Faxed quotations will NOT be accepted. Quotations may be submitted via email to Ronette Collins, Contract Specialist at ronette.collins@nih.gov. All questions shall be in writing and may be addressed to the aforementioned individual noted above. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management through sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02CP82594-73/listing.html)
- Record
- SN05018615-W 20180804/180802231611-821e87a191bfa42397c135ef0d33f787 (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 |