Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 08, 2020 SAM #6827
SPECIAL NOTICE

66 -- Procurement of a Microscope Platform and Server Upgrade for the Government Owned Titan Krios High Resolution Electron Microscope.

Notice Date
8/6/2020 4:15:51 PM
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NIH National Cancer Institute Rockville MD 20850 USA
 
ZIP Code
20850
 
Solicitation Number
75N91020Q00152
 
Response Due
8/14/2020 12:00:00 PM
 
Archive Date
08/29/2020
 
Point of Contact
William Neal, Phone: 2402765433, Reyes Rodriguez, Phone: 2402765442
 
E-Mail Address
william.neal@nih.gov, reyes.rodriguez@nih.gov
(william.neal@nih.gov, reyes.rodriguez@nih.gov)
 
Description
Title: �Procurement of a Microscope Platform and Server Upgrade for the Government Owned Titan Krios High Resolution Electron Microscope. Document Type:�������� �� Special Notice Solicitation Number: ����75N91020Q00152 Posted Date:�������������� ����� 08/05/2020 Response Date:��������������� �08/14/2020 Classification Code:� 6640 � LABORATORY EQUIPMENT AND SUPPLIES������������������������ �NAICS Code:� 334516 � Analytical Laboratory Instrument Manufacturing (1000 employees).��� Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Bethesda, MD� 20892, UNITED STATES. Description: The U.S. Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center of Cancer Research (CCR), Laboratory of Cell Biology (LCB). Office of Acquisitions (OA) plans to procure on a sole source basis a Microscope platform and server upgrade from FEI at 350 NE Dawson Creek Drive, Hillsboro, Oregon 97124. The response close date of this notice for this requirement is in accordance with FAR 5.203(a)(1). This acquisition will be processed under FAR Part 12 � Acquisition for Commercial Items and will be made pursuant to the authority in FAR Part 13.106-1(b)(1)(i) using simplified acquisition procedures for commercial acquisitions and is exempt from the requirements of FAR Part 6. The North American Industry Classification System code is 334516 � Analytical Laboratory Instrument Manufacturing (1000 employees). This will be awarded as a severable firm fixed price type contract It has been determined there are no opportunities to acquire green products or services for this procurement. BACKGROUND The Government owned Titan Krios electron microscope (S/N D3211) is a powerful electron microscope that offers high stability and ultra-high-resolution image quality.� The microscope control system is made of an integrated control unit, a computer that connects the scope and the unit, and a Transmission Electron Microscope (TEM) server that precisely controls every microscope component, including vacuum, lens system, and autoloader. The current scope control system is running Windows XP with 4Gb of RAM.� Stability of this aging system (~10 years old) is a major concern. Failure of the system results in interruption during data collection and sudden unscheduled downtime.� Therefore, it is strongly recommend upgrading it to the most current system. SPECIAL ORDER REQUIREMENTS PRODUCT FEATURES/SALIENT CHARACTERISTICS The following product features/characteristics are required for this requirement: The current Government owned controlling system is a FEI Titan Krios Generation 1 server (S/N titan52332110 and 4022 265 12881).� The new control server must be compatible and operational for Titan Krios Micorscope with serial number D3211. A central control workstation running at a minimum Windows 7 but prefer a newer operating system and the most updated microscope operating software. New TEM server and internal network for improved communication between each module. Updated shutter control for third party camera controller, such as Gatan K2 or K3. Remote operation station with secondary computer and control platform for controlling the microscope outside the scope room. WARRANTY The Contractor shall warrant that any instruments, equipment, components, or other supplies (�Supplies�) procured by this purchase are free of defects in design, material, or manufacture for a period of at least one (1) calendar year from date of acceptance by the Government. The Contractor shall warrant that all consumables or expendable parts are free of defects in design, material or manufacture for a period of at least 90 calendar days from date of acceptance by the Government. Supplies which are repaired or replaced shall be warranted for the remainder of the initial warranty period or for 90-days � whichever is greater. The Contractor shall also warrant and imply that items delivered are merchantable and fit for use for the particular purpose described in this contract in accordance with FAR 52.212-4, Contract Terms and Conditions � Commercial Items. DELIVERY / INSTALLATION Deliver the item(s) within 120 days after award.� All shipping/handling (including FOB) and delivery/installation fees shall be included. Upon delivery, Contractor shall notify the NCI Technical Point of Contact (TPOC) to schedule the installation date and time that shall occur within 7 business days after delivery. Installation shall be performed by, or under the direct supervision of, a certified operator. The Contractor shall deliver and install the equipment at the following address: 9000 Rockville Pike Bethesda, MD 20892-425 Technical Point of Contact (TPOC): TBD SPECIAL CONSIDERATIONS REGARDING DELIVERIES DURING COVID-19 The Contractor shall store or retain all supplies furnished under this order until notified by the NCI Contracting Officer, COR, or technical point of contact (TPOC) of a delivery date. The Contractor shall deliver supplies no later than 30-days after notification. The Contractor shall not sell supplies furnished under this order to another company or party if the NCI is unable to accept delivery due to conditions related to COVID-19. Training and installation as required by the Statement of Need may be delayed due to conditions related to COVID-19. If services provided under this order are delayed, the Contractor shall provide all services at different times and dates at no additional cost. The Contractor shall direct all courier and delivery services � including those not operated by the Contractor (e.g. FedEx, USPS, UPS) � to follow the instructions in this section. All companies delivering to the NIH main campus must comply with Commercial Vehicle Inspection Facility (CVIF) access procedures. Upon arrival, the CVIF will provide a list of buildings and loading docks to delivery personnel. Deliveries will be logged in at the loading dock, and the loading dock contractor or Government personnel will attempt to contact the TPOC listed on the package. In the event that the TPOC is unable to accept the package, the delivery shall not be left at the loading dock station. The delivery must be returned to the Contractor, and the Contractor must coordinate with the TPOC to deliver on another date at no additional cost. Deliveries can only be made between 6:00 a.m. and 4:00 p.m. EST, Monday � Friday, excluding federal holidays. The Laboratory of Cell Biology currently owns and operate a top tier electron microscope manufactured by FEI, which has produced lots of high-quality data and publications.� Due to the age of the control system, there is an urgency to replace the control system with the most updated hardware and software to ensure the productivity and longevity of this advanced instrument.� Since it�s a system upgrade, the LCB�s intent is to ensure the procurement of the new control system is fully compatible with the existing instrument. LCB and the Office of Acquisitions plans to purchase the upgrade from FEI as a sole source in order to keep the microscope configuration optimal. This notice is not a request for competitive quotation. However, if any interested party, especially small businesses, believes it can meet the above requirement, it may submit a capability statement, proposal, or quotation, which shall be considered by the agency. �The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow the NCI to determine if the party can perform the requirement. Responses must be received in the contracting office by 3:00PM EDT, on August 14, 2020.� All responses and questions must be emailed to William Neal and Reyes Rodriguez, Contracting Officer via electronic mail at william.neal@nih.gov and reyes.rodriguez@nih.gov. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No collect calls will be accepted. In order to receive an award, Contractors must be registered and have valid, current Entity Record, including current Representations and Certifications, in the System for Award Management (SAM) through SAM.gov. Reference: 75N91020Q00152 on all correspondence.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/768280bde9054b209c6335b5e6d8407c/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05747535-F 20200808/200806230148 (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.