SOLICITATION NOTICE
66 -- Brand-Name or Equal Life Technologies iBright FL 1500 Imaging System
- Notice Date
- 3/31/2020 2:17:36 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95020Q00068
- Response Due
- 4/6/2020 12:00:00 PM
- Archive Date
- 04/21/2020
- Point of Contact
- Scott Bredow, Phone: 3014807503
- E-Mail Address
-
scott.bredow@nih.gov
(scott.bredow@nih.gov)
- Description
- COMBINED SYNOPSIS / SOLICITATION BRAND NAME OR EQUAL Title: � iBright 1500 FL Imaging System (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 75N95020Q00068 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; FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items; and FAR Part 12�Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. (iii)�The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, dated 1/15/2020. (iv)�The associated NAICS code 334516 and the small business size standard is 1000 employees. This requirement is full and open with no set-aside restrictions. (v)�The �National Center for Advancing Translational Sciences (NCATS) requires the purchase of an imaging system. Generic Name of Product: Imaging System Brand Name of Product:� Life Technologies FAR 52.211-6, Brand Name or Equal (Aug 1999) is applicable to this Solicitation. Salient Characteristics: Applications # Fluorescent western blots (RGB fluorescence and Near-IR fluorescence) # capable of up to 4-plex multiplexed western blot detection Plus membrane layer # Chemiluminescent western blots # Protein gel imaging # DNA gel imaging Camera Detector: Cooled 16-bit CCD, 65,535 shades of grey Resolution: 9.1 megapixels Lens: fixed, 25mm, ?/0.95 Zoom: mechanical camera movement for up to 2X zoom. Plus an addition 4X digital Field of view: 22.5cm x 18.0cm (WxD) at 1X zoom. Compatible with up to 4 mini gels Binning modes: 1x1, 2x2, 3x3, 4x4, 5x5, 6x6, 8x8 System Interface Touch Screen: 12.1 inch 1024x768 capacitive LCD display Computer: Internal. Quad Core i5. 4GB ram. Firmware OS: Linux (Debian Jessie) Software: Intuitive interface incorporating automatic zoom, automatic focus, automatic exposure (Smart Exposure), and automatic analysis technologies Storage and Connectivity Hard Drive:� 256GB SSD USB: 2 USB (2.0) Networking: 1 Ethernet port, Thermo Fisher Cloud connectivity, optional Wi-Fi networking (adapter sold separately) Image file formats: G2i (proprietary), TIFF, JPG, PNG, PDF Support applications: License free access to Desktop and Cloud based iBright Analysis Software (Optional). Cloud Software provides 1 TB storage to each user System Hardware Sample Tray: Removable Glass Sample tray on automated mechanical drawer with built in auto-sample rotation Illumination sources: Long life (>50,000hr) LEDs:� Green LED (470-550nm) transilluminator, Epi-white LED (425-775nm), Epi-NIR LED Independently controlled Preinstalled filter wheel sets: Excitation channel Filter range (nm) Emission channel Filter range (nm) EX1 455#485 EM1 510#555 EX2 515#545 EM2 565#615 EX3 610#635 EM3 675#720 EX4 610-660 EM4 710-730 EX5 750-768 EM5 800-850 Ex 6 Neutral Density Open Full spectrum Ex 7 Open Dimensions (L x W x H): 68 x 38 x 60cm Weight: 50 kg (110lbs) Approx. Accessory Kit iBright Imager Quick Start Guide White Screen for stained SDS-PAGE gel analysis Imaging Sample Blot Power Cord Safe Imager Viewing Glasses (vi) Delivery shall be to: The National Center for Advancing Translational Sciences (NCATS) 9800 Medical Center Drive, Bldg C Rockville, MD 20850 One-time delivery to ship within 6 weeks after receipt of order (vii)�The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (viii) The provision at FAR clause 52.212-2, Evaluation � Commercial Items, applies to this acquisition.� (a) 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. (b) Offers will be evaluated for technical criteria, price, and past performance. Technical criteria consists of matching the line item identified above. Technical and past performance, when combined, are significantly more important than price. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (ix)�Offerors are to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications�Commercial Items, with its offer. (x) The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition.�� The following FAR provisions or clauses are incorporated by reference: 52.204-7, System for Award Management (Oct 2018) 52.204-13, System for Award Management Maintenance (Oct 2018) 52.204-16, Commercial and Entity Code Reporting (Jul 2016) 52.204-18, Commercial and Entity Code Maintenance (Jul 2016) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services of Equipment HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015). 52.212-4(g), Invoice, is supplemented by the NIH Invoice and Payment Instructions (2/2014). (xi)�FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition (xii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiii) The offeror must complete and return FAR 52.204-24 with its offer. (xiv) Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service.� The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision.� Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order.� In addition 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.� All responses must be received by April 6, 2020, 3:00pm, Eastern Standard Time and reference number 75N95020Q00068. Responses shall be submitted electronically to Scott Bredow, Contracting Officer, scott.bredow@nih.gov. Fax responses will not be accepted. (xv)�The name of the individual to contact for information regarding the solicitation: Scott Bredow, Contracting Officer, scott.bredow@nih.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/57f17496ec744165be2a04d962ffcb12/view)
- Place of Performance
- Address: Rockville, MD 20850, USA
- Zip Code: 20850
- Country: USA
- Zip Code: 20850
- Record
- SN05606194-F 20200402/200331230153 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |