SOLICITATION NOTICE
J -- Acquisition of a ThorLabs Multiphoton Microscope
- Notice Date
- 2/15/2022 5:44:09 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
- ZIP Code
- 20817
- Solicitation Number
- NICHD-22-045
- Response Due
- 2/23/2022 6:00:00 AM
- Archive Date
- 03/10/2022
- Point of Contact
- Amber Harris, Fax: 3014803278
- E-Mail Address
-
amber.harris@nih.gov
(amber.harris@nih.gov)
- Description
- �� � �� �COMBINED SYNOPSIS / SOLICITATION WORKFORM (1)�� �Action Code: �Combined Synopsis/Solicitation (2)�� �Date: 2/15/2022 (3)�� �Year: 2022 (4)�� �Contracting Office Zip Code: 20892 (5)�� �Project Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES (6)�� �Contracting Office Address: 6710B Rockledge Drive Bethesda, MD 20892 (7)�� �Subject/Title: Acquisition of a ThorLabs Multiphoton Microscope (8)�� �Proposed Solicitation Number: NICHD-22-045 (9)�� �Closing Response Date: 2/23/2022 (10)�� �Contact Point: Amber Harris (11)�� �Contract Award and Solicitation Number: TBD (12)�� �Contract Award Dollar Amount: TBD (13)�� �Contract Line Item Number(s): TBD (14)�� �Contractor Award Date: TBD (15)�� �Contractor Name: TBD (16)�� �Description: (Background) (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; quotes are being requested and a written solicitation will not be issued.�� (ii)�� �The solicitation number is NICHD-22-045 and the solicitation is issued as a request for quote (RFQ). (iii)�� �The solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04 effective January 30, 2022. (iv)�� �The associated NAICS code is 334516, Analytical Laboratory Instrument Manufacturing, and the small business size standard is 1,000. �The acquisition is being conducted in accordance with the procedures of FAR Part 12 and FAR Part 13.� (v)�� �The Contractor Requirements are listed below: 1.0�� �PURCHASE ORDER TITLE Acquisition of a ThorLabs Multiphoton Microscope �� ��� � 2.0�� �BACKGROUND As part of the NIH, the National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK) Intramural Research Program (IRP) conducts biomedical research and training related to diabetes mellitus; endocrine, bone, and metabolic diseases; digestive diseases, including liver diseases and nutritional disorders; and kidney, urologic, and hematologic diseases. The Lutas Lab is part of the Diabetes, Endocrinology, and Obesity Branch (DEOB), which is one of NIDDK IRP�s 17 Laboratories and Branches.� Obesity has become a serious health concern worldwide and is accompanied by metabolic diseases and higher cardiovascular risk due primarily to overeating. The Lutas Lab�s work requires advanced microscopy methods to resolve images of subcellular, molecular processes within specialized neurons in the mouse brain that control feeding. Multiphoton microscopy with fluorescence lifetime imaging capabilities is currently the sole technology that provides the speed, sensitivity, and quantitative measurements that is ideal for live neuron imaging in the intact brain, which is at the core of the Lutas Lab�s operations.� �� 3.0�� �OBJECTIVE The objective of this purchase is to procure a custom multiphoton microscope system in order to have the ability to understand the physiological neural and network dynamics of brain cells modulating feeding behavior, which are imperative in the mission of NIDDK to combat obesity and diabetes. A major obstacle in our overall comprehension of these neural circuits is the inability to monitor neuromodulation and intracellular molecular signals in real time in a live animal. The purpose of this requirement is to acquire a new custom multiphoton microscope that would satisfy the following three needs for the Lutas Lab: 1) fluorescence lifetime imaging suitable for following neurons in awake, behaving mice; 2) fast and sensitive photon collection in multiple wavelengths; and 3) versatile photostimulation concurrent with fluorescence lifetime imaging.� The ThorLabs Bergamo II custom designed multiphoton microscope is the microscope system that would allow a combination of combined high photon collection efficiency, fluorescence lifetime imaging, and versatile imaging and photostimulation optics. 4.0 �� �SALIENT / REQUIRED FEATURES AND SPECIFICATIONS The new equipment must include the below features necessary to satisfy day to day operations of the Lutas Lab. ThorLabs Bergamo II upright microscope� Multiphoton microscope base w XYZ travel and 13� clearance Motorized stage control � 3 axis Primary scan path, Galvo/resonant (8kHz) Secondary scan path, Galvo/galvo �� � Microscope Optics and Photon Collection 750nm shortpass primary dichroic 740nm shortpass 1050/40 bandpass dichroic Notched dichroic emission/excitation separation 14 degree collection optic with shutter Emission fluorescence filter set (GFP/Tomato) Emission fluorescence filter set (CFP) Amplified non-cooled GaAsP PMT Hybrid PMT for single photon counting Infrared laser optical path Pockel cell, 250kHz, 3.1mm aperture High speed optical modulator 2500:1 contrast Optical beam shutters 1040nm notch beam combiner Infrared beam expander Motorized infrared beam splitter Infrared beam traps �� � Objectives ThorLabs 10x 0.5NA, 7mm, air immersion objective Piezo 450micron focus mount and controller Epifluorescence Excitation and Photostimulation Epifluorescence module with camera port Mounted 470nm LED Mounted 617nm LED GFP filter set Multi LED module with liquid light guide �� � Epifluorescence Path and sCMOS Camera 2.1 megapixel sCMOS camera Software and Workstations Primary workstation computer and monitor Fluorescence lifetime workstation ThorImage and ThorSync software dFLIM Thor software Universal rack stand �� � Independently, and not as an agent of the Government, the contractor shall provide equipment and delivery services for Miroshnikova Lab Specifically, the NIDDK requires completion of the following tasks: Task Area 1 � Delivery time will be no more than 3 months from when the Purchase Order has been sent to the vendor. Task Area 2 � Installation will be provided by factory-trained service engineers of the manufacturer, no later than 2 weeks after delivery, unless postponed by request of the government.� Task Area 3 � Warranty will be provided by the manufacturer and serviced by their local service engineer(s), which will be no less than 1 year from completion of installation, covering all deliverables, labor, labor and travel, minus consumables. Task Area 4 � Training will be provided to the lab members on the use and capabilities on a scheduled (on appointment) basis only. 5.0�� �PURCHASE ORDER TYPE This Purchase Order is to be a firm fixed price.� 6.0�� �INSPECTION AND ACCEPTANCE Inspection and acceptance will be performed at the place of installation - National Institutes of Health, NIDDK, 9000 Rockville Pike, Maryland 20892. (i)�� �This is a competitive requirement being pursued through the authority granted in FAR 52.211-6, Brand Name or Equal. This is a requirement for a THORLABS INC. ThorLabs Multiphoton Microscope (ii)�� �Period of Performance: �Delivery within 90 Days of Award (viii)�� �The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (iii)�� �The provision at FAR clause 52.212-2, Evaluation � Commercial Items, is applicable. �Award will be made to the contractor providing the most advantageous quote to the Government. �Technical factors and price considered with technical factors outweighing price. � Specifically, the following technical factors will be evaluated: i.�� �The award will be made to the contractor who provides the most advantageous quote to the Government and will be evaluated via a comparative analysis of the quotes provided, technical factors and price considered. The technical factors are as follows: ��� �The microscope system must provide an integrated two channel Fluorescence Lifetime Imaging (FLIM) capability with zero deadtime and accompanying software for FLIM acquisition. ��� �The system must be capable of high collection efficiency of photons including 14-degree collection optics directly focusing light onto photomultiplier tubes. ��� �The system must have point-by-point photostimulation capabilities utilizing a secondary Galvo-Galvo scanning path. ��� �The system must integrate two laser beams allowing for two wavelength excitation imaging along both Galvo-Galvo and Galvo-Resonant scanning paths. ��� �The system must have sufficient clearance (13 inches) and movement travel to accommodate in vivo imaging experiments. ��� �The system must include ability for synchronizing imaging with external triggers events. ��� �The system must be equipped with 450 micron fast piezo objective control for fast volumetric imaging. ��� �The system must be compatible with a 10X 0.5NA objective to prevent chromatic aberrations. ��� �The system must have dedicated epifluorescence path for CMOS camera imaging and for full field photostimulation capabilities. ��� �All supplies should be covered under the preventive maintenance, silver and gold contracts. �This will allow the upkeep of the refrigerators/freezers, incubators and shakers. ii.�� �The Contracting Officer will make a price reasonableness determination on technically acceptable quotes.� (x)�� �FAR clause 52.212-3, Offeror Representations and Certifications � Commercial Items, is applicable. �An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (p) of this provision. � (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. �Including the following clauses and Prohibitions: i.�� �52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644) ii.�� �52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)) iii.�� �52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)) iv.�� �52.219-28, Post Award Small Business Program Representation v.�� �52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). vi.�� �52.222-21, Prohibition of Segregated Facilities vii.�� �52.222-26, Equal Opportunity viii.�� �52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212) ix.�� �52.222-36, Equal Opportunity for Workers with Disabilities x.�� �52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212) xi.�� �52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496) xii.�� �52.222-50 Combating Trafficking in Persons xiii.�� �52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving� xiv.�� �52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83) xv.�� �52.225-13, Restrictions on Certain Foreign Purchases Additional Clauses: i.�� �52.232-33, Payment by Electronic Funds Transfer� System for Award Management (Jul 2013) (31 U.S.C. 3332) ii.�� �FAR 52.211-6, Brand Name or Equal (xiii)�� �Additional Contract Requirements: None (xiv)�� �The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable.� (xv)�� �Offers shall be submitted via email to amber.harris@nih.gov (17)�� �Place of Contract Performance:� �� �National Institute of Health, NIDDK �� �10 Center Drive Bethesda, MD 20892 (18)�� �Set-aside Status: This is not applicable to this requirement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c272ea9dbcc542eea1f390e966adda74/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06242727-F 20220217/220215230110 (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 |