Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2018 FBO #6111
SPECIAL NOTICE

66 -- Neuronal Pathway Studies Using Correlative Light Electron Microscopy (CLEM) - Expected Salient Characteristics

Notice Date
8/15/2018
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument 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
NIHDA201800202-1
 
Archive Date
9/14/2018
 
Point of Contact
Ejinwaemeonu Ndidi Okeagu, Phone: 301-443-6677, Andrew Hotaling, Phone: 301-443-6677
 
E-Mail Address
ejinwaemeonu.okeagu@nih.gov, andrew.hotaling@nih.gov
(ejinwaemeonu.okeagu@nih.gov, andrew.hotaling@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Expected Salient Characteristics THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Contracts Management Branch Blue intends to solicit by a request for quotation from Carl Zeiss Microscopy, LLC ("Zeiss") for award on or around September 15, 2018. The NIDA Electron Microscopy (EM) Core serves NIDA-IRP researchers by providing access to existing and emerging techniques for neuronal ultrastructural analysis. The NIDA EM Core offers the following services: (1) EM services that are tailored to the needs of individual IRP researchers. Services include sectioning, immunostaining and counterstaining, and EM imaging; and (2) training and access to an ultrathin microtome and a transmission electron microscope, and data interpretation. The EM Core needs to expand its initiative to perform correlative light and electron microscopy (CLEM). CLEM techniques are used to combine structural and functional information from biological samples. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS The intended procurement is classified under NAICS code 334516 with a Size Standard of 1,000 employees. This acquisition is NOT set aside for small businesses. REGULATORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. FAR Subpart 13.106-1 (b) Soliciting from a single source provides that: For purchases not exceeding the simplified acquisition threshold, Contracting officers may solicit from one source IF the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name OR industrial mobilization). The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-97, dated January 24, 2018. DESCRIPTION OF REQUIREMENT PURPOSE AND OBJECTIVES: The EM Core needs the following to achieve this goal: (1) an inverted research stand for multimodal imaging of living and fixed specimens; (2) a modular confocal laser scanning microscope equipped with a 32-channel-area-detector and Cy7 laser; and (3) a single user interface imaging software that can (a) control the inverted microscope, confocal laser scanning microscope, and scanning electron microscope involved in CLEM; and (b) perform data analysis on- and off-line. In this design, the Core will be able to collect the fluorescent image and electron microscopic image for the exact same neurons and terminals. The modular system allows the Core to study characteristics in neurons from animal models for drug abuse and addiction. PROJECT REQUIREMENTS: Inverted Microscope (with motorized focus drive and Z PIEZO stage) and Laser Scanning Microscope with 32-channel-area-detector and Cy7 Laser to perform Correlative Light and Electron Microscopy using software to control and correlative interface adaptor that can used across inverted microscope; laser scanning microscope and scanning electron microscope. ANTICIPATED PERIOD OF PERFORMANCE AND/OR DELIVERY DATE: Period of Performance: The complete system (including electronics) has a 12-month warranty. DELIVERY DATE: Eleven weeks after receipt of order. EXPECTED SALIENT CHARACTERISTICS: See Attachment. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, Carl Zeiss, Microscopy, LLC ("Zeiss") is the only vendor in the marketplace that can provide the services required by NIDA. In accordance with FAR part 10, extensive market research was conducted to reach this determination. Specifically, a small business sought notice was posted to FedBizOpps referencing the above detailed requirements and several responses were received. However, the reviewers found both responses lacked the necessary salient characteristics required and thus found the contractors were incapable of performing the requested work. Additionally, contacts with knowledgeable individuals both in industry and Government, as well as reviews of available product literature, revealed no other sources. Zeiss has provided a statement that it is the sole manufacturer and supplier of the supplies requested and there are no authorized resellers. Finally, a review of the GSA Advantage, and previous government acquisitions returned no results that meet all of the requirements. Therefore, only Zeiss is capable of meeting the needs of this requirement. The intended source is: Carl Zeiss Microscopy, LLC. One Zeiss Drive Thornwood, NY 10594 CLOSING STATEMENT 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. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. 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 notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All responses must be received by the closing date and time of this announcement and must reference the solicitation number, NIHDA201800202-1. Responses must be submitted electronically to Ndidi Okeagu, Contract Specialist, at ejinwaemeonu.okeagu@nih.gov. U.S. Mail and Fax responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIHDA201800202-1/listing.html)
 
Place of Performance
Address: The Intramural Research Program (IRP) of the National Institute on Drug Abuse (NIDA), Johns Hopkins Bayview Medical Center (JHBMC), 251 Bayview Blvd, RM B1A739, Baltimore, MD 21224, United States
Zip Code: 21224
 
Record
SN05037701-W 20180817/180815230920-d894803385fdc3b54c78388fc2f89ec5 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.