SOLICITATION NOTICE
66 -- MANUAL INVERTED MICROSCOPE WITH SPECS - Documents
- Notice Date
- 8/10/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- RFQ-NIAID-1920931
- Archive Date
- 9/5/2018
- Point of Contact
- Skye Duffner, Phone: 4068026092, Laura L Grey, Phone: 406-375-9812
- E-Mail Address
-
skye.duffner@nih.gov, laura.grey@nih.gov
(skye.duffner@nih.gov, laura.grey@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- P_Large Supply 52.212-5 (Jan 2018) This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made 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 (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-NIAID-1920931 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99-1 and July 16, 2018. The 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 requirement is NOT set-aside for small business. The National Institute of Allergy and Infectious Diseases (NIAID), the Laboratory of Malaria and Vector Research, Apicomplexan Molecular Physiology Section has a requirement for: QTY 2 Manual Inverted Microscope with these specifications: o Inverted microscope system must be modular, expandable, and adaptable. o Field of view (FOV) must be 25 mm to maximize the sensor area of large-format sCMOS camera. o Microscope must be completely manual and free of electrical noise for electrophysiology experiments. o Must have an LED episcopic light source coupled through a liquid light guide to allow placement of light source outside the faraday case. o Requires DIC optics for enhanced contrast brightfield imaging of small organelles. DIC lenses require lambda coating for increased transmission in fluorescence. o LED-based diascopic (transmitted) SOLA light engine, providing bright and uniform illumination. Powerful light engine must provide sufficient power for high magnification, low light, 60X DIC conditions. o Intermediate magnification lens switchable between 1.0x and 1.5x. o monochrome camera with the large format and pixel density sCMOS sensor at 16.25 megapixel at 36mmx23.9mm at 7.3µm per pixel. o Microscopy system should include complete user training for the life of the instrument. o 5 year warranty for mechanical and optical components; 1 year for all electrical components. o Fluorescence module with GFP and Texas Red filters o CFI PLAN APO LAMBDA 10X, 20X and 60X OIL objectives with DIC sliders for each. o Workstation and monitor o Breadboard for staging - capable of mounting micromanipulators on left- and right-hand sides. These supplies are being requested for use in the Laboratory of Malaria and Vector Research, Apicomplexan Molecular Physiology Section. Place of Performance: NIH, 12735 Twinbrook Parkway, Rockville, MD 20852 FOB: Destination Submission shall be received not later than 08/21/2018. The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. The award will be based on the following; price, capability to meet the requirements, delivery and the best value to the government. 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 (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (Jan 2017) The following FAR contract clauses apply to this acquisition: 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 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Jan 2017) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) HHSAR 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 & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Offers may be mailed, e-mailed or faxed to Ms. Skye Duffner, (E-Mail/ skye.duffner@nih.gov) (fax 406-363-9288). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) (Jan 2017) 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 Ms. Skye Duffner at skye.duffner@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ-NIAID-1920931/listing.html)
- Place of Performance
- Address: 12735 Twinbrook Parkway, Rockville, Maryland, 20852, United States
- Zip Code: 20852
- Zip Code: 20852
- Record
- SN05031179-W 20180812/180810230731-11f71ecb2f381e7af248baaa45bcea4f (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 |