SOLICITATION NOTICE
66 -- Cryogenic Nanomanipulator Instrument
- Notice Date
- 9/5/2019
- 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 on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
- ZIP Code
- 20892-9559
- Solicitation Number
- HHS-NIH-NIDA-19-010501-CSS
- Point of Contact
- Debra C. Hawkins, Phone: 301-827-7751
- E-Mail Address
-
debra.hawkins@nih.gov
(debra.hawkins@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- (i) 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. (ii) The solicitation number is HHS-NIH-NIDA-19-010501-CSS and the solicitation is issued as a Request for Quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures and FAR Part 12-Acquisition of Commercial Items. This acquisition is not expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Office of Acquisition on behalf of the National Institute on Aging (NIA) intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) for OmniProbe 200 Nanomanipulator, part number 51N4001, manufactured by Oxford Instruments America, 300 Baker Ave, Suite 150, Concord, Massachusetts 01742. This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulations (FAR) Subpart 13.106-1 (b) Soliciting from a single source. (1) 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, or industrial mobilization). The rationale for the brand name justification is the unique capabilities of the instrument. (iii) This solicitation incorporates the provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-05, effective August 13, 2019. (iv) The associated North American Industry Classification System (NAICS) code: 334516-Analytical Laboratory Instrument Manufacturing, Size Standard: 1,000 employees. (v) Cryogenic Nanomanipulator Instrument (vi) Background / Purpose / Objective: The National Institute of Aging (NIA) requires the acquisition of a Cryogenic Nanomanipulator Instrument to complete a cryo-workflow that will allow electron microscopy analysis of flash frozen cells and tissues near the physiological state. The Cryogenic Nanomanipulator Instrument is a specialized microscopic and nanorobotic viewing system that helps scientists and researchers working on extremely small-scale flash-frozen biological samples. The name nanoManipulator is a patent trademark of 3rd Tech Inc. The system was initially designed for microscopic manipulation by computer integration manufacturers. A nanoManipulator system consists of a large microscopic probe, called the scanned-probe microscope (SPM) that can enlarge the image up to 1,000,000 times the size of original object. A computer interface which displays the image of the enlarged surface to be manipulated, plays the role of a display device, which gives the experience that user is actually working on a large 3-D replica of the small object. The physical manipulator is the actual manipulating device controlled by the user. This device allows the users to perform operations, motions and manipulations on the nanoscale object under examination. It is possible for the nanoManipulator to be used by multiple users at the same time in remote locations. The essential features of the Cryogenic Nanomanipulator Instrument are: (1) for smooth seem-less movement at all velocities at a nanometer scale; (2) an option to move the probe step-wise; (3) to maintain stable temperatures between -160C and -190C, to allow for vitreous frozen samples to be made and transferred in an automated and controlled fashion to the FIB-SEM while being maintained at a stable temperature range of between -165 and -190 C; (4) operational with the stage tilt of our FIB-SEM; (5) small enough to have full xyz movement; (6) ergo port-mounted; (7) frozen water vapor welding method to secure the pieces first to the probe and then to the grid support for transport out of the sample preparation stage; (8) rotation and backside thinning of the sample piece; (9) to allow pieces of frozen cells and tissues to be manipulated and wielded onto metal substrates while kept under controlled cryo-temperatures; and (10) Ultra-rapid cryo-fixation. (vii) Government's Anticipated Delivery: Within 90 to 120 Days After Receipt of Order (ARO). Delivery Point: FOB Destination. Delivery Location: National Institute on Aging, 251 Bayview Boulevard, Suite 100, Baltimore, Maryland 21224. The successful offeror shall coordinate delivery arrangements with the customer prior to shipment. The Loading Dock hours are as follows: 8:00 am to 4:30 pm Eastern Time, Monday through Friday except on Federal holidays. All products delivered must contain a Packing Slip (with serial numbers as applicable). (viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to FAR Clause at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. 1. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the evaluation criteria. 2. The offeror must submit a price proposal specifying a fixed unit price for each line item. A lump sum price proposal will not be accepted. 3. 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. 4. The government anticipates awarding a firm fixed-price contract for the product or services specified herein. An award is anticipated not later than September 29, 2019. (ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The factors used to evaluate offers are the unique technical and performance capabilities of product and cost. Technical and past performance, when combined, are significantly more important than cost or price. (x) Offerors are advised to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer or certify that its Representations and Certifications - Commercial Items, are current and accurate in the System for Award Management (SAM) www.sam.gov. (xi) FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. (xiii) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating, is not applicable to this solicitation. (xv) All quotations or offers are due 12:00 Noon, Eastern Time, on September 13, 2019, and must reference the solicitation number noted herein. Quotations or offers must be submitted electronically to the contact person identified herein at debra.hawkins@nih.gov. Fax responses will not be accepted. (xvi) For information regarding this solicitation contact: Debra C. Hawkins Contractor, Acquisition Policy Analyst II, at 301-827-7751.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-19-010501-CSS/listing.html)
- Place of Performance
- Address: National Institute on Aging, Baltimore, Maryland, 21224, United States
- Zip Code: 21224
- Zip Code: 21224
- Record
- SN05432880-W 20190907/190905231228-23ca402f2fdf4641df91a2027d4c35ed (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 |