Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 25, 2019 FBO #6513
SOLICITATION NOTICE

66 -- Modular Stereo Microscope System

Notice Date
9/23/2019
 
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-19-009817-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-19-009817-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 a Modular Stereo Microscope System, model SteREO Discovery V20, manufactured by Carl Zeiss Microscopy, LLC, 1 Zeiss Drive, Thornwood NY 10594-1939 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) 2019-06, effective September 10, 2019. (iv) The associated North American Industry Classification System (NAICS) code: 334516-Analytical Laboratory Instrument Manufacturing, Size Standard: 1,000 employees. (v) Modular Stereo Microscope System (vi) Background / Purpose / Objective: The National Institute on Aging, Laboratory of Molecular Gerontology (LMG) is currently investigating the pathogenesis of age-related hearing loss (ARHL) and interventions to ameliorate this defect. One of the main etiologies of ARHL is the loss of sensory epithelial hair cells in the cochlea, the auditory portion of inner ear. We assess morphology and viability of cochlear hair cells upon aging following intervention. To address this, we are in constant need of dissecting hair cells in the cochlea of mice. This process is technically challenging since it is crucial to separate sensory hair cells from surrounding structures such as lateral wall stria vascularis without damaging cells and their alignment in the cochlea. Recently the LMG has also added the technique of isolating primary neuronal cultures from rat and mouse embryos by isolating specific brain regions. In order to perform both techniques precisely and accurately, we need high magnification that can be changed easily as this facilitates the isolation of the hair cells and large or small brain regions. It is of importance to use a high magnification dissection scope. The LMG currently uses a Zeiss SteREO Discovery V8 microscope to perform all this work which has a maximum magnification of 80X. The Zeiss SteREO Discovery V20 provides up to 150X magnification of focus which would aid in the carefully dissect hair cells and neurons. In certain experiments, we will need to dissect cochlear cells for live imaging. The process must be completed in a short time to prevent cells from dying during the dissection. Thus, an easy to use scope is of crucial importance for our protocol. The SteREO Discovery V20 will makes our work easier as changes can be made without roving eyes from the eyepiece. In addition, this microscope has a second set of eye pieces and the camera attached to this system allows for the visualization of what is occurring on the microscope on a computer monitor. Given that we have recently establishing a hearing section as well as the use of neuronal isolations in our lab, we will be training more lab personal and collaborators on these techniques. This ability to view on a video screen and thru the eyepiece simultaneously provides a great training tool to teach our cochlear and neuron dissection techniques much more efficiently. The NIA will also be able to use parts from the existing government-owned V8 microscope to lower the price of the V20. As we collaborate with several laboratories in and out of the NIA, we are also trying to maintain continuity in our results by continuing to use Zeiss equipment and software. The National Institute on Aging seeks an Modular Stereo Microscope System, that is brand-name or equivalent to model SteREO Discovery V20, manufactured by Carl Zeiss Microscopy, LLC, 1 Zeiss Drive, Thornwood NY 10594-1939, with the following components: (1) Product ID number: 435003-9901-000, Product Description: Microscope Body SteREO Discovery.V20, with Apochromatic stereo telescope system, Motor zoom 20:1 (0.75x...15x), Double iris diaphragm, 76 mm mount diameter, and 1x HIP or EMS 3 required; (2) Product ID number: 435601-0000-000, Product description: G Human Interface Panel (HIP) f/ Stereo, Quantity: 1-each; (3) Product ID number: 435100-0000-000, Product description: G Binoc Phototube Ergo Stereo 5-45, Quantity: 1-each; (4) Product ID number: 444036-9000-000, Product description: Eyepiece PL 10x/23 Br foc, Quantity: 2-each; (5) Product ID number: 435103-9000-000, Product description: Interm. phototube S, 3pos, Quantity: 1-each; (6) Product ID number: 434303-0000-000, Product description: Dust Protection Set M, Quantity: 1-each; (7) Product ID number: 435430-9902-000, Product description: Stand base 450, Quantity: 1-each; (8) Product ID number: 435400-0000-000, Product description: Manual focus drive f/ Discovery, Quantity: 1-each; (9) Product ID number: 435430-9010-000, Product description: Stage adapter 84/120, Quantity: 1-each; (10) Product ID number: 435402-0000-000, Product description: Mount S with 76 mm Diameter Support, Quantity: 1-each; (11) Product ID number: 435200-0000-000, Product description: Plan-Achromat S 1.0x f/ Reo WD=81mm, Quantity: 1-each; (12) Product ID number: 435700-9000-000, Product description: Cold-light source Zeiss CL9000 LED CAN(D, Quantity: 2-each; (13) Product ID number: 435540-9002-000, Product description: Light Guide Dual Flex 4,5/1000mm ECO, Quantity: 1-each; (14) Product ID number: 435540-9003-000, Product description: Focusing attachment d=6mm without filter, Quantity: 2-each; (15) Product ID number: 435442-0000-000, Product description: Light Guide Adapter S, Quantity: 2-each; (16) Product ID number: 435440-0000-000, Product description: Spacing Rod S f/ incident-light equip, Quantity: 2-each; (17) Product ID number: 435441-0000-000, Product description: Illuminator carrier S, Quantity: 2-each; (18) Product ID number: 435501-0000-000, Product description: Transmitted Light equipment S, Quantity: 1-each; (19) Product ID number: 426560-9030-000, Product description: Camera Axiocam 305 color, Quantity: 1-each; (20) Product ID number: 426114-0000-000, Product description: C-Mount Adapter 60N C 1" 1.0x,, Quantity: 1-each; (21) Product ID number: 410700-2084-990, Product description: Axiocam Extended Feature Promotion,, Quantity: 1-each; (22) Product ID number: 410201-9910-000, Product description: Workstation Compact ZEISS 60BC, Microscopy Workstation Compact Core i5 multilingual (O), HP Z240 Tower Workstation, CPU: Intel® CoreTM i5-6500 3.2 GHz 6 MB / 2133 MHz, Chipset: Intel® C236, Memory: max. 64 GB RAM, Memory Expansion Slots: 4 x DDR3-RAM modules / 2133 MHz unbuffered, non-ECC, PCI Express Connectors: 1 x PCI Express Generation 3 x16, 1 x PCI Express Generation 3 x4 (x16 mechanical) 1 x PCI Express Generation 3 x4, 1 x PCI Express Generation 3 x1 1 M.2 slot (PCIe Gen3 x4), Graphics interface onboard: Intel® HD Graphics 530 2 x Display Port 1.2 (max. 3840 x 2160 pixel), 1 x DVI-D single link (max. 1920 x 1200 pixel), Hard Drives: 1 x 4 TB SATA 7200 rpm, Optical Storage: DVD +/- RW recorder for rewriteable media, Network Controller: Integrated 10/100/1000 LAN interface, I/O: 1 x serial RS232,6 x USB 3.0 (2 x front, 4 x rear), 4 x USB 2.0 (2 x front, 2 x rear), PS/2 for keyboard and mouse, Certifications & Declarations: CE, CSA, UL, FCC, Power Supply: 100 - 240 V / 50 - 60 Hz / 400 W, with country specific plug, Chassis Dimensions: (H x W x D): 399 x 170 x 442 mm, approx. 10 kg, and Rescue kit. Quantity: 1-each; (23) Product ID number: 410331-1400-000, Product description: Graphics Card NVIDIA Quadro K620 2 GB, Graphics Card NVIDIA Quadro K620 2 GB DP/DVI (O) Professional graphics card for Compact Workstation, 2 GB DDR3 memory, PCI Express® 2.0 Interface x16, Hardware acceleration of DirectX® 11.2 and OpenGL® 4.5, Support for two displays (DH), Display outputs: 1 x DisplayPort 1.2, 1 x Dual Link DVI, Dual Link DVI support for 1 x 30" Display (2560 x 1600 pixel), DisplayPort support for 1 x 32" Display (3840 x 2160 pixel), incl. DVI-DVI dual link cable (for 2 x 27" Display), Quantity: 1-each; (24) Product ID number: 410376-0200-000, Product description: Language Pack Windows 10 Embedded x64 US, Language Package Windows 10 Enterprise Embedded x64 English US (O), Windows 10 IoT Enterprise 2015 LTSB Embedded x64 operating system, Keyboard with English (US) layout, Quantity: 1-each; (25) Product ID number: 410201-1603-000, Product description: Memory 16 GB (1x16) DDR4-2133 (Z240), Memory 16 GB (1x16) DDR4-2133 MHz non-ECC unbuffered RAM (O) consisting of 1 x 16 GB module, Quantity: 1-each; and (26) Product ID number: 410350-2406-000, Product description: Monitor TFT 24" HP Z24n G2, Monitor TFT 24" HP Z24n G2 (61 cm) (O), Visible diagonal: 60.96 cm, 16:10, Max. resolution: 1920 x 1200 pixel @ 60 Hz, Brightness: 300 cd/m2, Contrast: 1000:1, Viewing angle: horizontal 178 degree, vertical 178 degree, 3 x Video input: DisplayPort 1.2, DVI-D, HDMI 1.4, 3 x USB 3.0, 2 x USB 3.1 Type-C, Power consumption: Maximum 92 W, Typical 40 W, Power Saving 0.5 W, Dimensions with stand (H x W x D): 50.3 cm x 53.2 cm x 21.4 cm, Weight: 7.2 kg (incl. stand), Ergonomic features: Tilt: -5°to +22°, swivel: -45° to +45°, height adjustable 15 cm, Pivot rotation 90°, Certification and compliance: CE, CSA, GS, TÜV, FCC, TCO, Operating voltage: 100-240 V, country-specific power cable, Quantity: 1-each. (vii) Government's Anticipated Delivery: Within 4 to 6 weeks 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. Addenda, to FAR Clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The addenda incorporate the following clauses by reference with the same full force and affect if provided in full text: (a) FAR Clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2019); and (b) FAR Clause 52.244-6, Subcontracts for Commercial Items (AUG 2019). (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 25, 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-19-009817-CSS/listing.html)
 
Place of Performance
Address: National Institute on Aging, Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN05454866-W 20190925/190923230917-1bd8595710e6752b4f4343a98b8e22b9 (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.