MODIFICATION
66 -- Laser Scanning Confocal Microscope
- Notice Date
- 7/8/2020 2:25:29 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
- NIMH20003895RFQ
- Response Due
- 7/21/2020 2:00:00 PM
- Archive Date
- 08/05/2020
- Point of Contact
- Michael Horn
- E-Mail Address
-
michael.horn@nih.gov
(michael.horn@nih.gov)
- Description
- Title: Laser Scanning Confocal Microscope �(i)������� This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii)������� The solicitation number is NIMH20003895RFQ and the solicitation is issued as an a request for quotation (RFQ). This acquisition is for a commercial item and is conducted under the authority of the 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 expected to exceed the simplified acquisition threshold. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07 dated 7/2/20. (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 NIMH Systems Neuroscience Imaging Resource (SNIR) requires a new microscope system to provide state of the art confocal microscope imaging. Imaging brain sections using confocal microscopy is an essential step for experiments that are being carried out by basic science investigators within the NIMH intramural program. The SNIR supports this by managing shared equipment used by multiple investigators. The SNIR requires a new microscope because current instruments are heavily used and because the state of the art has improved significantly over that used in any of the microscopes the SNIR now manages. To continue their ground-breaking research, IRP investigators need to take advantage of some of the recent technological advances. The goal of this purchase is to acquire a new microscope that incorporates features that will provide state of the art imaging capabilities that are relevant to the research projects of NIMH IRP investigators. These include: i) rapid high-resolution imaging, ii) simultaneous imaging and discrimination of multiple fluorophores, iii) discrimination of fluorophores with overlapping or identical emission spectra, iv) imaging of fluorophores with excitation peaks that range from near 400nm to over 750nm and emission peaks that range from near 400nm to at least 800nm. (vi)������ Purchase Description: Laser scanning confocal microscope system with a pulsed white light laser. �Capabilities must include rapid high-resolution x/y/z imaging, discrimination of multiple fluorophores with excitation maximum that cover at least 405 to 730 nm and the possibility to discriminate fluorophores with overlapping emission spectra based on fluorescence lifetime. Quantity: One (1) system Salient characteristics: Refer to Attachment 1: Product Description for a complete description of salient characteristics. (vii)����� Delivery Date: Between 60-120 days following the award of the contract. Place of Delivery/Acceptance: 35 CONVENT DR BLDG 35 RM 1B215 Bethesda, MD 20892 FOB: Destination (viii)���� The provision at FAR 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (ix)������ The provision at FAR 52.212-2, Evaluation � Commercial Items, applies to this acquisition.� Refer to Attachment 4 for evaluation information. (x)������� Offerors are to include a completed copy of Attachment 2: FAR Provisions 52.204-24, 52.204-26 and 52.212-3 with its quote. (xi)������ The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition.�� (xii)����� FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition.� See Attachment 3 for FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 that are applicable to this acquisition. (xiii)���� 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. Warranty: All items fully warrantied for one year. Equipment is expected to be fully functional for greater than 5 years with minor service, as required. Maintenance service after one year may be purchased as an annual contract or on an as needed basis. (xiv)���� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv)����� 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.� (xvi)���� Closing Information All responsible sources may submit a quotation which will be considered by the agency. �All responses must be received by 5:00 PM, July 21, 2020 and reference number NIMH20003895RFQ. �Responses must be submitted electronically (e-mail) to michael.horn@nih.gov. �Fax responses will not be accepted. Any questions must be submitted by 5:00 PM EST on July 16, 2020.� All questions must be submitted electronically (e-mail) to michael.horn@nih.gov and reference number NIMH20003895RFQ.� Telephone inquiries will not be honored. (xvii)���� Attachments Attachment 1 � Purchase Description Attachment 2 � FAR Provisions 52.204-24, 52.204-26 and 52.212-3 Attachment 3 � FAR Clauses 52.212-4 and 52.212-5 Attachment 4 � FAR Provision 52.212-2�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1dc54cec57f64ac1b7be0e6ec5e518d1/view)
- Place of Performance
- Address: MD 20852, USA
- Zip Code: 20852
- Country: USA
- Zip Code: 20852
- Record
- SN05714337-F 20200710/200708230138 (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 |