SOLICITATION NOTICE
66 -- Nikon Ti2-E Inverted Microscope and Components
- Notice Date
- 9/1/2022 1:39:37 PM
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95022Q00447
- Response Due
- 9/8/2022 2:00:00 PM
- Point of Contact
- Marlene Milgram, Phone: 3015940864
- E-Mail Address
-
marlene.milgram@nih.gov
(marlene.milgram@nih.gov)
- Description
- NOTICE OF INTENT TO SOLE SOURCE THIS IS A PRE-SOLICITATION NOTICE OF INTENT TO AWARD ON A SOLE SOURCE BASIS.� THIS IS NOT A REQUEST FOR QUOTE/PROPOSAL. On behalf of the National Institute of Neurological Disorders and Stroke (NINDS), the Office of Acquisition (OA) of the National Institute on Drug Abuse (NIDA), intends to solicit on a sole-source basis via a request for quotation issued to Nikon Instruments Inc. (Nikon). The purpose of this acquisition is to acquire a Nikon Ti2-E Inverted Microscope and Components (�Equipment�). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS The intended procurement is classified under NAICS code 334516 with a Size Standard of 1,000 Employees. This acquisition is NOT set aside for small businesses but rather a sole-source acquisition from Nikon. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses of the Federal Acquisition Regulations (FAR) in effect through Federal Acquisition Circular (FAC) 2022-07, dated 08/10/2022. BACKGROUND, PURPOSE AND OBJECTIVES OF REQUIREMENT The National Institute on Neurological Disorders and Stroke (NINDS), Cell Biology and Biophysics Unit (CBBU) investigates microtubules in vitro and in vivo at spatial scales ranging from nanometers to micrometers and explores the structure and function of tubulin and microtubules as well as microtubules associated proteins (MAP) in vitro. The CBBU has demonstrated that the enzymes Spastin and Katanin actively remove dimers from the microtubule lattice and the subsequent lattice defects can be repaired by soluble tubulin. This process leads to the formation of GTP islands in the microtubule lattice that can then regulate MAP binding as well as alter the dynamic instability parameters of the microtubules. To obtain high-resolution images of larger neuronal processes and organelle transport over long distances, the CBBU lab requires the integration of a Nikon Ti2-E inverted microscope and components (�Equipment�) with its existing Yokogawa CSU-W1 SoRa confocal imaging system, which was purchased and is under warranty from Nikon. The Equipment will enable the CBBU lab to image GTP islands in microtubule lattices, lattice damage sites, and organelle transport activity over large fields of view. The resulting images will be used to investigate microtubule lattice sites and MAP binding. The Equipment will also enable high-resolution deconvolving of microscopy images. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION Obtaining the Equipment from an outside source with the intent to integrate with the existing system under warranty from Nikon would result in a voided factory warranty and could be in violation of being non-compliant to CDRH certification safety standards. The intended source is: Nikon Instruments Inc. 1300 Walt Whitman Road Melville, NY 11747-3064 Salient Characteristics: The Contractor shall provide a Ti2-E inverted microscope and components including: Nikon Product # MEA54000 � Ti2-E Inverted Microscope Main Body Nikon Product # MEF55037 � Ti2-Citre TI2-E Controller power cord (lead free UL listed) USB 2.0 A-B Device Cable 15 ft. Nikon Product # MEB55835 � Ti2-T-BS S Eyepiece Tube Base Unit Nikon Product # MEB53240 � TC-T-TS S Binocular Tube Nikon Product # MAK10110 CFI 10x Eyepiece F.N. 22MC-NC Nikon Product # MED53210 � Ti2-LA-SUE TI2-E Stage up Kit Nikon Product # MEE59925 � Ti2-D-PD Diascopic Illumination Pillar Nikon Product # MEE55705 � Ti2-D-LHLED Transmitted LED Lamp House Nikon Product # MEP59394 � Ti2-N-ND-P Perfect Focus Nosepiece Nikon Product # MEV51030 � Ti2-F-FLT-E Motorized EPI Fluor Turret Nikon Product # MEE54860 - Ti2-LA-BF Fixed Main Branch Nikon Product # MXA22147 � S-Ti2-DCL Daisy Cable Long Nikon Product # MQS43130 � NIS Elements Module: Jobs Acquisition Nikon Product # MQS41100 � NIS Elements Driver for Motorized Stages Nikon Product # MQS43200 � NIS-Elements Module: NIS.AI Module Nikon Product # 77010604 � NIS-Elements Module: Gen Analysis 2 and 3 Quantity: One (1) of each component listed above. The Equipment specifications are as follows: 25mm field of view LED fluorescence and diascopic light sources infinity-corrected CFI60 optical system manual switching of 1.0x/1.5x (exchangeable from 1.5x to 2.0x) motorized drive, coarse/fine focus changeover, 10mm stroke, minimum increment of 0.01?m motorized eyepiece tube base for external Ph motorized PH turret with four motorized positions motorized condenser turret with 7 motorized positions (�37mm x4, �39mm x3) motorized stage with following features: Stroke X: �57mm, Stroke Y: �36.5mm, drive speed: up to approx. 25mm/sec, magnetic sample holder motorized DIC sextuple nosepiece with 6 motorized positions motorized epi filter turret and motorized shutter motorized block (absorb) filter wheel controller - USB/LAN interface, I/O function software - NIS Elements Module: Jobs Acquisition,�NIS Elements Driver for Motorized Stages, NIS-Elements Module: NIS.AI Module, and�NIS-Elements Module: Gen Analysis 2 and 3� Delivery, Installation, and Training: The Contractor shall deliver the Equipment to Jeffrey Spector, Ph.D., 35 Convent Drive, Building 35, Room 3B205, Bethesda, MD 20892 within 120-160 days after receipt of order. Delivery must be Freight on Board (F.O.B.) Destination and include inside delivery. The Equipment shall be delivered and installed between the hours of 8:30 am and 5:00 pm EST, Monday through Friday, except Federal holidays, in coordination with the Contracting Officer�s Representative (COR). The Contractor shall contact the COR when the Equipment is ready to be shipped. In coordination with the COR, the Contractor shall provide training to CBBU staff on Equipment usage and functions. Other Requirements: The Contractor shall provide an Original Equipment Manufacturer (OEM)-certified technician to perform the installation and integration of the Equipment within 120-160 days after receipt of order. Warranty - The Contractor shall warrant that all mechanical and optical components of the Equipment will be free from defects in material and workmanship for a period of five (5) years from the date of installation, inspection, and acceptance by the Government. The Contractor shall further warrant that all electronic components of the Equipment will be free from defects in material and workmanship for a period of one (1) year from the date of installation, inspection, and acceptance by the Government. During the applicable warranty period, the Contractor shall without charge, either repair or replace any mechanical, optical or electronic part or assembly of parts of the Equipment found to be defective in material or workmanship, During the applicable warranty period, the Contractor shall provide troubleshooting services based on complete knowledge of the Equipment. This Warranty shall not include routine or periodic maintenance services. Warranty The Contractor shall warrant that all mechanical and optical components of the Equipment will be free from defects in material and workmanship for a period of five (5) years from the date of installation, inspection, and acceptance by the Government. The Contractor shall further warrant that all electronic components of the Equipment will be free from defects in material and workmanship for a period of one (1) year from the date of installation, inspection, and acceptance by the Government. During the applicable warranty period, the Contractor shall without charge, either repair or replace any mechanical, optical or electronic part or assembly of parts of the Equipment found to be defective in material or workmanship, During the applicable warranty period, the Contractor shall provide troubleshooting services based on complete knowledge of the Equipment. This Warranty shall not include routine or periodic maintenance services. Contract Type: A firm-fixed-price type contract is planned for this acquisition, consistent with commercial practices. CLOSING STATEMENT: THIS NOTICE OF INTENT TO AWARD ON A SOLE-SOURCE BASIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability in response to this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. Responses to this notice shall contain sufficient information to establish the interested parties� bona-fide capability to fulfill the requirement and include unit price, list price, shipping and handling costs, the delivery period after contract award, prompt payment discount terms, the F.O.B. Point (Destination or Origin), the organization's Unique Entity ID (UEI) and Taxpayer Identification Number (TIN), and its certification of business size for NAICS code 334516.� All offerors must have an active registration in the System for Award Management (SAM) (www.sam.gov) at the time of response submission. All responses must provide evidence of the offeror's ability to provide the Equipment that meets all the requirements in this announcement. All responses must be received by the closing date and time of this announcement and must reference solicitation number 75N95022Q00447. Responses must be submitted electronically to Marlene Milgram, Contracting Officer, NINDS Section, OA, NIDA, at marlene.milgram@nih.gov.� Responses submitted by U.S. Mail or fax will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f635cdf18b5b4ef5a53775cf09be7371/view)
- Place of Performance
- Address: MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06450999-F 20220903/220901230127 (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 |