MODIFICATION
66 -- Visitech VT-iSIM - Ingwaz hardware upgrade and integrated sCMOS Camera Upgrade
- Notice Date
- 7/29/2022 5:31:47 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
- 75N95022Q00286
- Response Due
- 8/11/2022 7:00:00 AM
- Archive Date
- 08/26/2022
- Point of Contact
- Renee Dougherty, Phone: 3018278453, Karen Mahon
- E-Mail Address
-
Renee.Dougherty@nih.gov, Karen.Mahon@nih.gov
(Renee.Dougherty@nih.gov, Karen.Mahon@nih.gov)
- Description
- COMPETITIVE COMBINED SYNOPSIS / SOLICITATION Title: Visitech VT-iSIM - Ingwaz Hardware Upgrade and Integrated sCMOS Camera Upgrade (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 75N95022Q00286 and the solicitation is issued as a request for quotation (RFQ). 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 expected to exceed the simplified acquisition threshold. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2022-06, with effective date May 26, 2022. (iv)������ The associated NAICS code 334516 and the small business size standard is 1,000.�� This requirement is full and open with no set-aside restrictions.� It is a brand name or equal acquisition. (v)������� This requirement is for Visitech VT-iSIM - Ingwaz Hardware Upgrade and Integrated sCMOS Camera Upgrade. The purpose of this upgrade of hardware and sCMOS camera is to enhance the resolution and sensitivity of a super resolution microscope system. Manufacturer:� VisiTech International, Ltd Item Number: 1 Quantity: 1 Unit: EACH Description: VT-Ingwaz Upgrade Item Number: 2 Quantity: 1 Unit: EACH Description: Back-Thinned sCMOS Camera Upgrade Item Number: 3 Quantity: 1 Unit: EACH Description: Installation and Training Item Number: 4 Quantity: 1 Unit: EACH Description: Carriage, insurance, and freight (vi)������ Generic Name of Product:� VT-iSIM - Ingwaz hardware and sCMOS Camera Upgrade Purchase Description: 1. Ingwaz patented hardware upgrade (US patent; 17/049,595) to the VT-iSIM scanhead. 2. Prime BSI Express Scientific CMOS (sCMOS) camera and Visitech integration kit includes Visitech-designed control electronics which are specific to this camera and which will be supplied with the associated firmware to ensure perfect synchronisation with the VT-iSIM scan head, PIFOC Piezo objective positioners, motorized XYZ Stages and VT- LMM Laser Engines. Salient characteristics 1. The patented Ingwaz hardware upgrade (US patent; 17/049,595), made by Visitech International Ltd. The Ingwaz hardware upgrade must be perfectly integrated into the existing VT-iSIM system without compromising manufacturer�s warranty. 2. The Prime BSI Express Scientific CMOS (sCMOS) camera and VT-iSIM integration kit: A. Visitech Hardware integration kit essential for connecting the camera to the VT-iSIM. This kit includes Visitech-designed control electronics which are specific to this camera and which will be supplied with the associated firmware to ensure perfect synchronisation with the VT-iSIM scan head, PIFOC Piezo objective positioners, motorized XYZ Stages and VT- LMM Laser Engines B. The latest VisiTech release of ?Manager for the VT-iSIM, which is a new software to control the VT-iSIM and the Prime BSI Express Scientific CMOS camera. This software upgrade is included as part of the camera integration kit (item 3.2.2 in the quote). C. System trigger and integration kit to ensure seamless high-speed capture integration of the Prime BSI Express Scientific CMOS camera with VT-iSIM scan head, PIFOC Piezo objective positioners, motorized XYZ Stages and VT- LMM Laser Engines. D. All hardware required to integrate the camera with the iSIM are also included within the camera integration kit to ensure a seamless upgrade without compromising manufacturer�s warranty. E. Prime BSI Express Scientific CMOS 4.2 megapixel camera. (vii)����� The Government anticipates award of a firm-fixed-price purchase order for this acquisition and the anticipated delivery date is within 6 months of receipt of order.� Delivery will be f.o.b. destination.� The place of delivery and acceptance will be 251 Bayview Blvd., Baltimore, MD 21224-6825. � (viii)� � �The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses:� https://www.acquisition.gov/browse/index/far ��https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html �� (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.211-6, Brand Name or Equal (Aug 1999) FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far ����https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html � (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Nov 2021). Addendum to this FAR clause applies to this acquisition and is attached. HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text.� Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their quotation. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (May 2022) (ix)������ The provision at FAR clause 52.212-2, Evaluation � Commercial Items (Nov 2021), applies to this acquisition.� (a) 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 following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) past performance (see FAR 13.106-2(b)(3); (iii) price. Technical and past performance, when combined, are significantly more important than price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x)������� The Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer. (xi)������ The following invoice instructions are attached, however only one will be included in the final order: Invoicing Instructions With IPP 4-21-2022 Invoicing Instructions Without IPP 4-21-2022 (xii)����� There are no additional contract requirements or terms and conditions applicable to this acquisition. (xiii)���� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiv)���� 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. Respondents proposing on 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 Unique Entity ID from SAM.gov, 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. All quotations must be received by 10:00 a.m. Eastern Time, on Thursday, August 11, 2022, and reference solicitation number 75N95022Q00286 in the quotation AND in the subject line of the transmittal email. �Responses must be submitted electronically to Renee Dougherty, Contracting Officer, at renee.dougherty@nih.gov. Fax responses will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fe2609af1a224dde8a660a3595cdc89f/view)
- Place of Performance
- Address: Baltimore, MD 21224, USA
- Zip Code: 21224
- Country: USA
- Zip Code: 21224
- Record
- SN06407158-F 20220731/220729230114 (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 |