MODIFICATION
66 -- Echo Revolve R4 Dual Integrated Upright and Inverted Fluorescence Microscope
- Notice Date
- 9/13/2023 9:05:32 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 3333
—
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95023Q00608
- Response Due
- 9/20/2023 9:00:00 AM
- Archive Date
- 09/30/2024
- Point of Contact
- Debra C. Hawkins, Phone: 3018277751
- E-Mail Address
-
Debra.Hawkins@nih.gov
(Debra.Hawkins@nih.gov)
- Description
- Solicitation No. 75N95023Q00608���������� Title: Echo Revolve R4 Dual Integrated Upright and Inverted Fluorescence Microscope 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 separate written solicitation will not be issued. ii.� 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. A fixed-price type of purchase order is contemplated for this requirement. The solicitation number is 75N95023Q00608 and the solicitation is issued as a Request for Quotation (RFQ) on a restricted basis, as a non-competitive Sole Source under the authority of 41 U.S.C. 253(c) under provisions of the statutory authority of FAR Subpart 13.106-1 A(b) � only one responsible source and no other supplies or services will satisfy agency requirements. THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). iii.� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05 / 09-07-2023. iv.� The North American Industry Classification System (NAICS) code for this procurement is 333314 � Optical Instrument and Lens Manufacturing, Size Standard: 500 Employees. Classification Code:� 6650 � Optical Instruments.� The requirement is competed on a Sole-Single Source Non-competitive, brand-name only basis on the Authority FAR Subpart 13.106-1(b) Soliciting from a single source (including brand-name).� v.� (1) Trade name: Integrated upright and inverted fluorescence microscope (2) Product�s brand name: Echo (3) Manufacturer's name: Echo (4) Quantity: One (1) Each Microscope System (5) Model, type, catalog, and/or part number(s): Item Name� � � � � � � � � � � � � � � � � � � � � � � � � � � � � Item Number REVOLVE R4� � � � � � � � � � � � � � � � � � � � � � � � � � � RVSF1000 DAPI Cube - EX:380/30 EM:450/50 DM:425� � � �CUBE4001 FITC Cube - EX:470/40 EM:525/50 DM:495� � � ��CUBE4002 TRITC Cube - EX:530/40 EM:605/70 DM:560� � ��CUBE4003 CY5 Cube - EX:630/40 EM:700/75 DM:660� � � � �CUBE4005 PLAN APOCHROMAT N 1.25X OBJECTIVE� � � �JMAG0011 PLAN ACHROMAT 2X OBJECTIVE� � � � � � � � � � �JMAG0021 U-PLAN FLUORITE 4X OBJECTIVE� � � � � � � � � ��JMAG0042 U-PLAN FLUORITE 10X OBJECTIVE� � � � � � � � ��JMAG0102 U-PLAN FLUORITE 20X OBJECTIVE� � � � � � � � �JMAG0204 U-PLAN FLUORITE 40X OBJECTIVE� � � � � � � � �JMAG0405 ELWD Universal Condenser; NA 0.30 WD 73mm��SCND1001 Stage Insert - 30mm diameter cutout for viewing� �HLDR0001 Stage Insert - Holds two (2) 1x3 inch microscope slides� �HLDR0002 Z-Stack software module for Revolve R4� � � � � � � �ESZS5000 Digital Haze Removal Software module� � � � � � � ��RDHR1001 vi.� Description Minimum Performance Functional Characteristics: Easily convert from upright to inverted configurations. Utilizes a single integrated system that requires only one power cord and/or cable for use. Intelligent 6-piece objective nosepiece turret allowing for a maximum of 6 objectives to be on the system at one time. The software will detect which objective is being used. Automated Z-Drive driven by focus knob with separate coarse and fine focusing. Optical z-stack function with software for automated acquisition of multiple focal planes with extended depth of field (EDF) and maximum intensity projection (MIP) upgrade available. Comprehensive catalog of Olympus objectives. Integrated Anti-Vibration image capture mode so that the camera will not capture until the accelerometer is still and ready to acquire. Fluorescence module with a patented automated motorized fluorescence turret that incorporates wavelength specific LED�s and shift free sputter coated filter sets. Allows for up to five (5) imaging channels for (4) fluorescent channels and one (1) transmitted light channel. Software for saturation indicator for fluorescent samples. Dedicated 5 MP 12bit monochrome CMOS camera for low light level fluorescence imaging. Monochrome camera with user control of the Look Up Table (LUT) for optimal image fidelity. Recallable light source control of the LED power, exposure time and gain settings under the �Reuse� feature in the software. �Sample Protect Imaging Mode� that allows for the user to control when the LED is exposing the sample to light. Customizable image overlay tool that allows the user to only select the wavelengths to be used. Ability to view and capture images with Brightfield, Darkfield, Phase Contrast and Polarized filtering. Ability to simultaneously load two glass slides onto the microscope for more efficient imaging of multiple samples. Ability to view and capture images with Brightfield, Darkfield, Phase Contrast and Polarized filtering. Optional high-resolution flip-out condenser is available for maximizing resolution in bright field imaging applications. Full Circular FOV (field of view) provides the same field of view as a conventional eyepiece. 12-megapixel color CMOS camera for Bright-field imaging. Software provides calibration for auto-white balance and shade corrections. Removable display. User Interface with control of the camera setting through touch screen. Software annotations with calibrated measurements (Length, Area, Counts, Scale Bar). Annotation tools for text box with arrows, lines, circles, free hand. Exportable Pixel Values and Counts in CSV format. Allowance for data transfer via USB, Ethernet, or Cloud sharing to Dropbox, iCloud, Airdrop, and others. Capability to create Panoramic image stitching. Capability for video capture with audio annotation. Availability for software updates for download online. Training videos are included. Optional digital haze reduction software package. Minimum microscope size specifications 13.4� x 23� x 18.6�. Availability of software license, warranty, and/or maintenance agreements vii.� Delivery shall be made Thirty (30) to sixty (60) calendar days after receipt of the order. Delivery shall be made to the following: National Institute of Neurological Disorders and Stroke (NINDS), Integrative Neuroscience Section (INS) 35 Convent Drive, Building 35, Room 1C-905, Bethesda, Maryland 20892� viii.� The provision at FAR Clause 52.212-1 Instructions to Offerors�Commercial Items (September 2023), is applicable to this solicitation. ix.� The provision at FAR Clause 52.212-2, Evaluation-Commercial Items (November 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: (1) minimum specifications of the technical, performance, and functional characteristics of the proposed product; (2) technical support, customer support and delivery, installation, and set-up plan; (3) warranty and preventative maintenance agreement plan; (4) Past Performance; and (5) Price. Although technical factors are of paramount consideration in the award of the contract, price and past performance are also important to the overall contract award decision. All evaluation factors other than price, when combined, are significantly more important than price. The Government intends to make an award to that offeror whose proposal provides the best overall value to the Government. The evaluation will be based on the demonstrated capabilities of the prospective Contractors in relation to the needs of the project as set forth in herein. The merits of each proposal will be evaluated carefully. Each proposal must document the feasibility of successful implementation of the requirement as set forth herein. Offerors must submit information sufficient to evaluate their proposals based on the detailed factors set forth above. The evaluation factors are used when reviewing the proposals: (1) Technical Capability and Functionality�NIDA shall evaluate the offeror�s technical approach for overall capability and functionality in relation to the General Requirement, Salient Characteristics, Quantity and Deliverables as described in the Purchase Description; (2) Contract Management and Customer Support�NIDA shall evaluate the offeror�s ability to provide a high level of customer service, particularly in the area of initial responsiveness and resolution of device and service problems; (3) Speed of Delivery, Installation and Set-up�NIDA shall evaluate the offeror�s technical approach for completeness, feasibility, soundness and practicality of the proposed approach and work plan for accomplishing the requirements of the statement of work; (4) Past Performance�Offerors will be evaluated based on information obtained from references provided by the offeror, other relevant past performance information obtained from other sources known to the Government, and any information supplied by the offeror concerning problems encountered on the identified contracts and corrective action taken. Furthermore, the Government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror's likelihood of success in performing the acquisition requirements as indicated by that offeror's record of past performance. The assessment of performance risk is not intended to be the product of a mechanical or mathematical analysis of an offeror's performance on a list of contracts but rather the product of subjective judgment by the Government after it considers all available and relevant information; and (5) Price� Offerors price quote will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques. Price evaluation will not be conducted on any Offeror determined to be technically unacceptable. Offerors may respond with a proposal indicating their ability to provide the technical specifications stated in this solicitation. Responses will be evaluated based on the contractor�s ability to meet the Government�s requirements. (b)�Options. The Government will evaluate�offers�for award purposes by adding the total price for all�options�to the total price for the basic requirement. The Government�may�determine that an�offer�is unacceptable if the�option�prices are significantly unbalanced. Evaluation of�options�shall�not obligate the Government to exercise the�option(s). (c)�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. (End of provision) x.� The provision at FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items (September 2023), applies to this acquisition. xi.� The provision at FAR Clause 52.212-4, Contract Terms and Conditions�Commercial Items (December 2022), applies to this acquisition. xii.� The provision of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (September 2023), applies to this acquisition. xiii. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. xiv.� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. xv. Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service.� Responses to this solicitation must include clear and convincing evidence of the Offeror�s capability of fulfilling the requirement as it relates to the government requirements stated in this solicitation. � Basic cost and price information in the Offeror�s proposal must contain sufficient information to allow the Government to perform a basic analysis of the reasonableness of the Offeror to supply the required goods/services. Any other information or factors that may be considered in the award decision may include such factors as: past performance; special features required for effective service coverage; trade-in considerations; warranty considerations; maintenance and service coverage availability; serial, product or catalog number(s); product description; delivery terms, and prompt payment discount terms. Offerors must submit its quote electronically. Offerors MUST include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer, OR provide a copy of the valid certifications registrations and Representation and Certifications from the System of Award Management (SAM) applications at www.SAM.gov, which may be indicated on the Offeror�s cover sheet. In addition, the offeror�s Unique Entity Identifier (UEI) 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 responses must be received no later than September 20, 2022, 12:00 Noon, Eastern Standard Time. Late responses will not be accepted. All responses must reference solicitation number 75N95023Q00608. Responses must be submitted electronically to debra.hawkins@nih.gov. For information regarding this solicitation, please contact Debra C. Hawkins by email at debra.hawkins@nih.gov or by phone at 301-827-7751. xvi.� DATE QUESTIONS DUE: Questions and requests for clarification must be submitted electronically to Debra C. Hawkins, at debra.hawkins@nih.gov on or before September 18, 2023. 12:00 Noon, Eastern Standard Time, Fax responses will NOT be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/97765639d41f4d1797ee97318c74d5cc/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06829238-F 20230915/230913230504 (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 |