SOLICITATION NOTICE
66 -- Broad wavelength range pulse-laser system
- Notice Date
- 6/22/2020 11:59:50 AM
- Notice Type
- Solicitation
- NAICS
- 333517
— Machine Tool Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- NIMH20003929-B
- Response Due
- 7/6/2020 9:00:00 AM
- Archive Date
- 07/07/2020
- Point of Contact
- Thien Nguyen, Phone: 3018270914
- E-Mail Address
-
Thien.Nguyen2@nih.gov
(Thien.Nguyen2@nih.gov)
- Description
- STREAMLINED SOLICITATIONFOR COMMERCIAL ITEMS � COMBINED SYNOPSIS / SOLICITATION COMPETITIVE � Title: Broad wavelength range pulse-laser system 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. The solicitation number is NIMH20003929-B 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, dated December 2018. The associated NAICS code 333517: Machine Tool Manufacturing. This requirement is full and open competition � Purpose and Objectives: The Unit on Neural Computation and Behavior, NIMH (Investigator: Mark Histed, PhD), requires a pulsed-laser for their 2-photon imaging needs to cover a broad range of wavelengths (~600 � 1300 nm).� The availability of a broad wavelength range for imaging will allow to combine their imaging technology with new laser stimulation technology (optogenetics) to make the best use of recently developed modern fluorescent probes for neuroscience research.� Background: This equipment supports the research mission of the Unit and the Institute.� The microscope is used to collect in vivo images of neurons and their activity in awake, behaving mice as well as stimulate those neurons.� These experiments are at the cutting edge of neuroscience research and the software and hardware suite required enable these experiments to be done, using custom engineered optical equipment produced by the Unit.� Progress on these experiments will lead to new understanding of the brain and will aid in design and development of ways to improve mental health. The current purchase became necessary due to recent advances in laser technology and fluorescent molecule design. The laser for 2-photon imaging needs to cover a much broader range of wavelengths due to the availability of new, modern fluorescence molecules/probes.� Specifically, the lab needs to be able to excite probes in the short wavelength range of ~800 nm as well as the long wavelength range of up to 1300 nm. The current laser in use covers the short wavelength range.� The new laser in addition will cover the long wavelength range.� By being able to cover a broad wavelength range for imaging, the Histed lab will be able to combine 2-photon imaging with the most efficient fluorescent probes available to date providing needed flexibility in experimental designs for their experiments and their optical stimulation techniques. Project requirements: The Contractor shall provide one (1) laser System to the following specifications: High power, dual output tunable femtosecond laser system for multiphoton microscopy, non-linear optics and ultrafast spectroscopy. Sealed, contamination free ultrafast cavity with no requirement for external course mirror adjustment from external ports. Closed loop water cooling, with a peltier-driven cooling engine for minimal acoustic noise. Simple integration - the system must be user-controllable either via RS232 or via the vendor-supplied GUI. Advance Replacement service strategy to minimize user down time, supported by a remote service facility. 80MHz Synchronization output built in for triggering detection systems. Laser head footprint 2 W at 700nm, >3.6 W at 800nm, > 3.2 W at 900nm, >2.7 W at 1000nm, >2.3 W at 1200nm, > 1.9 W at 1300nm Tuning speed >50 nm/s averaged across 660-1320nm Highest level of output power stability +/-1% after a 2-hour warm-up and 3.5W at 1040nm Beam quality specified as TEM00, and asymmetry 0.8-1.2 Pulse duration 140fs (sech2 pulse shape) Power stability +/- 1% Noise <0.25% rms in a 10Hz-10MHz band Anticipated Date of Delivery: 30 days after receipt of order. The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. The provision at FAR clause 52.212-2, Evaluation � Commercial Items, applies to this acquisition. (a) The following is an addendum to 52.212-2. Responses received to this RFQ will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order, and warranty and training considerations. Responses will be evaluated based on contractor's ability to meet the government's essential requirements stated in this notice and on ability to deliver required supplies. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation. Under the lowest-price technically acceptable (LPTA) process, Offerors' will be determined to be ""technically acceptable"" or ""technically unacceptable"" based on the evaluation of responses to determine if, as submitted, the proposal is technically acceptable. Options. N/A (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. The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications�Commercial Items, with its offer. The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition. � The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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. 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 07/06/2020 by 12PMEST and reference number NIMH20003929-B. Responses may be submitted electronically to Thien Nguyen at thien.nguyen2@nih.gov Fax responses will not be accepted. The name and telephone number of the individual to contact for information regarding the solicitation. Thien Nguyen Thien.Nguyen2@nih.gov 301-827-0914
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/bb8a8f7a19224d109b3ae5d2c0925fe3/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN05699184-F 20200624/200623042718 (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 |