Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 02, 2020 SAM #6790
SOLICITATION NOTICE

66 -- Micromanipulator, microinjector and associated supplies

Notice Date
6/30/2020 2:35:10 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NIH NIAID DEA OA OFC ACQUISITIONS BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-RML-E-2025039
 
Response Due
7/15/2020 10:00:00 AM
 
Archive Date
07/30/2020
 
Point of Contact
Janna Weber
 
E-Mail Address
janna.weber@nih.gov
(janna.weber@nih.gov)
 
Description
This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and solicitation for commercial Items,� as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-RML-E-202503* and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-06 June 05, 2020. The North American Industry Classification System (NAICS) code for this procurement is 334516, Analytical Laboratory Instrument Manufacturing, with a small business size standard of 1000 employees. The requirement is being competed full and open with a brand name or equal restriction.� The small business set aside is dissolved for this requirement. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for: Brand Name Or Equal Requirements: Catalog#5192000027 - InjectMan� 4, micromanipulator with dynamic movement control, 100 � 240 V/50 � 60 Hz (US/JP) � qty 1 Catalog#5252000021 - FemtoJet� 4i, programmable microinjector with integrated pressure supply, including foot control � qty 1 Catalog#5192301000 - Adapter Leica� 1, for Eppendorf micromanipulation systems, for Leica� DMi8, DMI3000 B, 3000 M, 4000 B, 5000 B, 5000 M, 6000 B, DM IRB E, HC and DM IRE 2 microscopes � qty 1 Catalog#930000035 - Femtotips�, injection capillary (for research use only), sterile, set of 20 � qty 1 Catalog#930000043 - Femtotip II, injection capillary (for research use only), sterile, set of 20 � qty 1 Catalog#930001007 - MicroloaderTM, tip for filling Femtotips and other glass microcapillaries (for research use only), 0.5 � 20 ?L, 100 mm, light gray, 192 pcs. (2 racks � 96 pcs) � qty 1 Manufacturer: Eppendorf https://www.eppendorf.com/US-en/ Minimum technical specification for requested system: InjectMan 4 Micromanipulator (brand name or equal) 1. The system must have a fully electronic system. All X, Y, Z axis movements are controlled electronically. 2. Must have all three axis including coarse and fine movements, should be controlled with a single joystick. 3. The system must have resolution of not more than 0.02 ?m increment for fine and smooth movement. 4. The system must have a joystick for dynamic movement: the speed of the capillary is increased by the degree of joystick deflection. 5. The system must have a tool travel speed of at least 10,000 ?m/s for rapid work and penetration of tough material. 6. The control panel must have a LCD display that shows coordinates of the motors and the functions being used in dark room. 7. The system should have the coarse, fine and extra-fine movement selections using a single upright joystick. 8. The speed of the capillary must be adjustable using an ergonomic turn wheel on the control panel to fit user�s skill and different injection steps. 9. The system must have a programmable Z axis limit as defined injection level in order to avoid capillary breakage during injection. 10. The system must have an automated function for the capillary to move out of the working radius and return to the precise same spot, saving time when changing capillary. 11. The system must be able to store up to 5 independent working positions in all three coordinates (X, Y, Z) precisely. These positions can be recalled anytime either via the softkeys on the control panel or the joystick button. Furthermore, the position storages can be remained after switching off/on of the device. 13. The system must be ergonomically designed where the user shall be able to rest user�s hand on the control board of the system for longer periods of handling to reduce strain of hands, arms and shoulders. 14. The system must have at least 4 pre-defined programs for common applications and free definable soft keys to allow users to customize a program on their own. 15. The system must be able to connect to an electronic microinjector to carry out semi-automatic microinjection where penetration of cell and dispensing of sample is performed automatically. 16. The system must be able to connect to a piezo device and the piezo impulses can be supported by adjustable automated forward movements. 17. The system must be able to adapt to all common inverted- and stereomicroscopes and must come with adaptor /bracket for Leica DMi8 microscope. 18. The system must be able to be updated from time to time with newer software versions via USB ports, without the need to purchase new devices. FemtoJet 4i microinjector (brand name or equal) Must be fully programmable microinjector with integrated pressure supply directly interface with the Eppendorf Micromanipulator models T4r, I4, and model NI2 to deliver fully automatic microinjections. The minimum specification are listed below. 1. The system must be an electronic microinjector and able to perform a broad range of pressure settings for precise and accurate microinjection with solution as small as femtoliters (10-9 L) up to 1 L and above. 2. The system must have a built-in compressor which is able to generate between 5 - 6,000 hPa injection pressure, in 1 hPa increments without the need of external pressure supply. 3. The system must allow setting of compensation pressure up to 6,000 hPa to prevent dilution of sample due to capillary effect. 4. The injection time must be adjustable between 0.01 � 99.9 sec in 0.01 sec increments. 5. The system must have no more than 12 buttons and knobs to control all functions for easy operation purpose. 6. The system must have 2 program keys to save parameters of frequently used application protocols. 7. The system must have a large digital LCD showing all set and actual parameters at one glance in dark room. 8. The system must be able to carry out both automatic and manual injection depending on applications. 9. The system must be able to carry out semi-automatic injection if connected to a suitable electronic micromanipulator. 10. The system must have the possibility to be connected to an electronic piezo-assisted micromanipulator to allow movement of the capillary and injection to be carried out automatically. 11. The injection must be able to be triggered either via control button on instrument, supplied foot control or optional hand control. 12. The system must be able to cut off the pressure and show error message when there is a capillary breakage. 13. The system must have a designated Clean function (�shortcut�) of at least 6,000 hPa to clear the clogged injection capillary. 14. The system must be able to carry out quick automatic calibration every time it is turned on. 15. The system must be able to carry out automatic re-calibration and venting. 16. The system must have a separate dual-function key to set the device in standby mode without de-airing the pressure when it is pressed briefly and to completely de-air the pressure when it is held down for approx. 2 sec. 17. The device must have a self-diagnosis system: It must emit error messages on LCD if certain operating conditions are not reached or the device records a deviation from specified conditions. Troubleshooting options must also be emitted on the same display. 18. All the electronic connections of the device must be located at the rear of the device to keep the working area free from electronic cables. 19. The footprint of the system must not exceed 441 cm2 to save bench space in our limited lab space. 20. The weight of the device must not exceed 5 kg for portability reason. 21. The system must have a RS 232 port for connection to PC control. 22. The system must be able to be updated from time to time with newer software versions using the USB port, without the need to purchase new devices. Quote submissions must include the following: Shipping/Delivery charges Installation Training Manufacture Warranty on parts & labor Place of Manufacture Quote must include supporting documentation submitted with the quote that demonstrates how the quoted equipment meets all of the same requirements and perform the same functions.� Place of Performance: NIH, 9000 Rockville Pike, Bethesda, MD, 20892 United States.� FOB: Destination The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein.� The award will be based on the following; technical capability to meet the requirements and price. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (June 2020) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (June 2020) FAR 52.204-7 System for Award Management (Oct 2018) (Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (Jan 2017) 52.204�24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Dec 2019) *** Must complete representation if attached to this solicitation- see attachment 52.204-24 The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (October 2018) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (June 2020) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015) 52.252-2 -- Clauses Incorporated by Reference. (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address:� http://farsite.hill.af.mil/vffara.htm By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Submission shall be received not later than July 15 @ 1:00 EST Offers may be e-mailed to Janna Weber;(E-Mail/ janna.weber@nih.gov). Offers shall include RFQ number in the subject line (RFQ-RML-E-2025039). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit an offer that will be considered by this Agency.� Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Janna Weber @ janna.weber@nih.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/30ff833cf1434a1d98f241094c9aa300/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05708572-F 20200702/200630230148 (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 |
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.