Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 20, 2020 SAM #6839
SOLICITATION NOTICE

66 -- Inverted Research Microscope

Notice Date
8/18/2020 5:54:21 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NIMH-CSS-20-004431
 
Response Due
8/19/2020 8:00:00 AM
 
Archive Date
08/19/2020
 
Point of Contact
Kim Stapleton, Valerie Whipple
 
E-Mail Address
kim.stapleton@nih.gov, Valerie.whipple@nih.gov
(kim.stapleton@nih.gov, Valerie.whipple@nih.gov)
 
Description
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. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures and FAR Part 12--Acquisition of Commercial Items. The solicitation number is NIMH-CSS-20-006704 and the solicitation is issued as a request for quotation (RFQ). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code NAICS code: 333314 � Optical Instrument and Lens Manufacturing, Size Standard is 500 employees. SET-ASIDE STATUS This acquisition is unrestricted and available for full and open competition. ACQUISITION AUTHORITY 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 and FAR Part 12�Acquisition of Commercial Items and IS NOT to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-07, effective August 3, 2020. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Background The Laboratory of Neuropsychology (LN) and Laboratory of Brain and Cognition (LBC) investigators perform experiments in which they need to collect light microscope images of sectioned brain tissue. This is from the brains from monkeys such as marmosets and macaques. The material is cut into sections that may be 20-40 microns thick and mounted onto slides. It may be necessary to image them in either brightfield, darkfield, or fluorescence. Depending on details of the experimental information required, it may be appropriate to image at relatively low magnification (2.5-5X), medium (10-20X), or high (40X) magnification, or to initially image at low magnification and subsequently image selected regions of interest at higher magnification. It may be appropriate to collect images from a single focal plane or to collect images from multiple focal planes at each position. The goal of this acquisition is to purchase an instrument that meets these needs in a technically excellent manner and with a user-friendly interface. Purpose The Laboratory of Neuropsychology (LN) and Laboratory of Brain and Cognition (LBC) require a new research microscope. The purpose is to allow LN/LBC users to scan, evaluate, and image acquisition from brain tissue sections on glass slides. Purchase Description Research microscope system with the following capabilities: i) Capacity for scanning 1x3 and 2x3 inch slides in X, Y and Z. ii) Objectives with 2X, 4X, 10X, 20X and 40X magnification or similar. iii) LED brightfield and fluorescent illuminator capable of efficient excitation of dyes ranging in excitation��� maximum from approximately 405-700 nm iv) Configured for imaging DAPI, Alexa 405, Alexa 488, Alexa 555, Alexa 594, Alexa 647, Cy7. v) Separate control of excitation and emission filters to provide for imaging long Stokes shift and novel fluorophores. vi) Must work on 110V mains input. vii) Software that provides stitching, option of saving Z-stacks or projections. viii) 25 mm field of view to camera ports ix) Four light paths Salient Characteristics 1) Accommodates glass slides that are 1 x 3 inches and 2 x 3 inches glass slides 2) Provides brightfield, phase contrast, dark field, and fluorescence illumination. 3) Accommodates objectives from 2X to at least 40X, holding at least 6 at one time. 4) 2x Plan Apo lambda 0.1 NA/WD 8.5mm, 4x Plan Apo lambda 0.2 NA/WD 20 mm, 10x Plan Apo lambda 0.45 NA/WD 4 mm, 20x Plan Apo lambda 0.75 NA/WD 1 mm, 40x Plan Apo Lambda 0.95 NA/WD 0.17-0.25 5) Software provides automatic sample identification, focus mapping, and stitching. 6) LED illuminator with at least 6 peaks at approximately 385, 430, 475, 545, 650, 735 nm. 7) Able to image and discriminate DAPI, Alexa 488, Alexa 594, Cy5, Cy 7, adaptable to image and discriminate other fluorophores 8) Color camera with software switching between monochrome and color cameras. 9) 25 mm field of view to camera ports 10) Four light paths � Quantity One � Delivery Requirements/Period of Performance Government's Anticipated Delivery: Within 60-120 days following the award of the contract. 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. Delivery Point: FOB Destination. Delivery Location: National Institute of Mental Health (NIMH) BLDG 49 Silvio O. Conte Building 49 Convent Drive Bethesda MD 20814 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). � Contract Type The Government intends to issue a firm fixed price purchase order for this requirement. Invoicing shall be on a NET30 basis and payment shall be made via Electronic Funds Transfer (EFT). Response Format 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. The item(s) in this request for quotation is identified as the manufacturer�s brand name. The brand name purchase description reflects the characteristics and level of quality that will satisfy the Government�s needs. The salient physical, functional, or performance characteristics that �equal� product must meet are specified in the scope of work or purchase description. Respondents proposing an equal product of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. The response must also identify where the product(s) and parts are manufactured. In addition, the quote must provide their company name, 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.� � Evaluation Strategy The Government will award a contract or purchase order resulting from this requirement on the basis of best value, technical factors, and price considered. The government intends to evaluate quotations based on technical evaluation factors in order to be determined as technically acceptable, the offeror must clearly demonstrate the technical proposal that meets or exceeds the salient characteristics of the project requirement. IMPORTANT NOTE TO OFFERORS PLEASE ENSURE THAT YOUR RESPONSE MEETS THE FORMAT REQUIREMENTS AND SPECIFICALLY ADDRESSES EACH ELEMENT OF THE REQUIREMENT. SUBMISSIONS MUST INCLUDE BOTH A TECNHICAL PROPOSAL AND A SEPARATE PRICE QUOTATION/COST PROPOSAL. CONTRACTORS NOT SUBMITTING BOTH A TECHNICAL PROPOSAL AND A SEPARATE COST PROPOSAL/PRICE QUOTATION SHALL NOT BE CONSIDERED. � APPLICABLE CLAUSES AND PROVISIONS The following FAR clauses and provisions shall apply to this solicitation. All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Dec 2019) FAR 52.212-1 Instructions to Offerors - Commercial Items (Oct 2018) FAR 52.212-2 Evaluation - Commercial Items (Oct 2014) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Jun 2020) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2018) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Jul 2020) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. CLOSING INFORMATION All quotations or offers are due 11:00 AM, Eastern Time, on August 13, 2020, and must reference the solicitation number noted herein. Quotations or offers must be submitted electronically to kim.stapleton@nih.gov and valerie.whipple@nihl.gov. Fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/15093a680afc44f5af350da558dde2b8/view)
 
Place of Performance
Address: Bethesda, MD 20814, USA
Zip Code: 20814
Country: USA
 
Record
SN05763859-F 20200820/200818230206 (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.