SOLICITATION NOTICE
66 -- Small Animals In Vivo imaging (IVIS) and Anesthesia Systems
- Notice Date
- 7/8/2020 9:46:40 AM
- 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
- HHS-NIH-NIDA-NIA-CSS-20-006748
- Response Due
- 7/17/2020 9:00:00 AM
- Archive Date
- 12/31/2020
- Point of Contact
- Debra C. Hawkins, Phone: 3018277751
- E-Mail Address
-
Debra.Hawkins@nih.gov
(Debra.Hawkins@nih.gov)
- Description
- Solicitation number: HHS-NIH-NIDA-NIA-CSS-20-006748 TITLE:� Small Animals In Vivo imaging (IVIS) and Anesthesia systems (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-NIA-CSS-20-006748 and the solicitation is issued as a Request for Quotation (RFQ). This solicitation is issued as non-competitive. 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) This solicitation incorporates the provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-06, effective June 5, 2020. �(iv) The associated North American Industry Classification System (NAICS) code: 334516�Analytical Laboratory Instrument Manufacturing, Size Standard is 1,000 Employees. � (v) Small Animals In Vivo imaging (IVIS) and Anesthesia systems (vi) In order to gain a better understanding of the molecular and anatomical changes occurring in aging and disease progression there is a need to longitudinally� track cells and molecules in living animals. The IVIS platform supports� the non-invasive monitoring of both� bioluminescence and fluorescence probes in three-dimensions (3D) within small animal models (rats and mice).� The IVIS platform offers imaging solutions for a wide range of applications within the IRP biomedical research including oncology, infectious disease, musculoskeletal, cardiovascular, neurology, respiratory and stem cell research. Pharmacokinetics/ pharmacodynamics studies and analysis are also possible using the IVIS platform.� � The intent of this action is to purchase an IVIS Instrument and the small animal anesthesia system with associated hardware and software. The system should be brand-name or equal to the IVIS system manufactured by PerkinElmer Health Sciences Inc., 710 Bridgeport Avenue, Shelton, CT 06484-4794; Telephone number: 800-762-4000.� The system includes the following: (1) One (1) each, Product number: 124262, Description:� IVIS Instrument, Spectrum, 120V, Andor C.� The IVIS� Spectrum in vivo imaging system uses a novel patented optical imaging technology to facilitate non-invasive longitudinal monitoring of disease progression, cell trafficking and gene expression patterns in living animals in both 2D and 3D; (2) Number: 49410; Description: Imaging System Installation; (3) Number: 122842; Description: 2 Day Advanced Imaging Field Training; (4) Delivery and Installation; (5) Number: CLS146737, Description: Rodent Anesthesia System, RAS-4.� The RAS-4 allows researchers to use real-time in vivo imaging to monitor molecular and genetic activity within mice or rats. The system allows delivery of isoflurane via 4 ports to run 2 instruments simultaneously offering the ultimate in flexibility; (6) Extended Warranty includes one (1) year warranty (parts, labor, and travel), and 1-preventative maintenance visit for the IVIS Spectrum 120V.� and (7) Number: CLS149578, Description: IWB-60 Workbench, 60"", 1000lb Capacity. Salient characteristics: For advanced fluorescence pre-clinical imaging, the IVIS Spectrum has the capability to use either trans-illumination (from the bottom) or epi-illumination (from the top) to illuminate in vivo fluorescent sources. 3D diffuse fluorescence tomography can be performed to determine source localization and concentration using the combination of structured light and trans illumination fluorescent images. The instrument is equipped with 10 narrow band excitation filters (30nm bandwidth) and 18 narrow band emission filters (20nm bandwidth) that assist in significantly reducing autofluorescence by the spectral scanning of filters and the use of spectral unmixing algorithms. In addition, the spectral unmixing tools allow the researcher to separate signals from multiple fluorescent reporters within the same animal.�� The RAS-4 Rodent Anesthesia System is compatible with our suite of in vivo preclinical imaging systems including IVIS� IVIS system: (1) High-sensitivity in vivo imaging of fluorescence and bioluminescence; (2) High throughput (5 mice) with 23 cm field of view; (3) High resolution (to 20 microns) with 3.9 cm field of view; (4) Twenty eight high efficiency filters spanning 430 � 850 nm; (5) Supports spectral unmixing applications; (6) Ideal for distinguishing multiple bioluminescent and fluorescent reporters; (7) Optical switch in the fluorescence illumination path allows reflection-mode or transmission-mode illumination; (8) 3D diffuse tomographic reconstruction for both fluorescence and bioluminescence; (9) Ability import and automatically co-register CT or MRI images yielding a functional and anatomical context for your scientific data; (10) NIST traceable absolute calibrations; (11) Gas anesthesia inlet and outlet ports; and (12) Class I Laser Products Anesthesia system; (1) Uses isoflurane gas # two fixed 500 cc/min (1.0 LPM) circuits and two adjustable (0-4 LPM) circuits; (2) Dedicated FMT quick connect outlet; (3) Provides gas to two instruments, induction chamber and benchtop accessory simultaneously; (4) Dedicated vacuum pump with adjustable flowmeters to monitor and direct flow to specific ports as required; (5) Key filled Isoflurane vaporizer for improved safety; (6) Isoflurane-absorbing disposable charcoal filters absorb excess gas, as well as limit gas escaping into the surrounding laboratory environment; (7) Large sight glass to monitor available isoflurane supply; and (8) Lightweight with carrying handle for portability and small footprint to save valuable bench space. (vii) Government's Anticipated Delivery: Within thirty (30) Calendar Days After Receipt of Order (ARO). Delivery Point: FOB Destination. Delivery Location: National Institute on Aging, 251 Bayview Boulevard, 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. (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. (xi) FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (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 July 17, 2020, 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 debra.hawkins@nih.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1eca47542aed43e4abc079c956988d58/view)
- Place of Performance
- Address: Baltimore, MD 21224, USA
- Zip Code: 21224
- Country: USA
- Zip Code: 21224
- Record
- SN05715224-F 20200710/200708230145 (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 |