Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 22, 2024 SAM #8304
MODIFICATION

66 -- Zeiss LSM980 Microscope Upgrade

Notice Date
8/20/2024 12:14:07 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
75N95024Q00534
 
Response Due
8/27/2024 6:00:00 AM
 
Archive Date
09/11/2024
 
Point of Contact
Kevin Alvarez
 
E-Mail Address
kevin.alvarez@nih.gov
(kevin.alvarez@nih.gov)
 
Description
COMPETITIVE COMBINED SYNOPSIS / SOLICITATION Title: � Fluorescence Lifetime Imaging (FLIM) Microscope 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 75N95024Q00534 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 expected to exceed the simplified acquisition threshold. The anticipated award date is 9/6/2024. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05, dated 05/22/2024. (iv)������ The associated NAICS code 334516 and the small business size standard is 1000 employees. (v)������� Project Requirements: The requested equipment consists of the following Zeiss brand-name or equal goods: PicoQuant FLIM Upgrade. Product ID 000000-0239-500. Quantity 1. Spectral Detector 2PMT+4CH-GaASP. Product ID 000000-2301-693. Quantity 1. Upgrade 445 nm laser for lasermodule. Product ID 000000-2282-167. Quantity 1. SW ZEN Module LSM Plus DLic. Product ID 410136-0136-370. Quantity 1. Installation charges. Product ID 000000-1491-298. Quantity 1. Monitor TFT 32"" HP Z32k G3. Product ID 410350-3204-000. Quantity 3. SW ZEN Toolkit Bio Apps DLic. Product ID 410136-0175-370. Quantity 3. SW ZEN 3.10 desk DLic. Product ID 410135-0004-310. Quantity 3. SMA arivis Pro ACA FLic. Product ID 410158-2001-101. Quantity 3. SW Pack arivisPro AI+Cloud ACA DLic. Product ID 410154-0005-101. Quantity 3. SW arivis Pro Module N.Tracing ACA DLic. Product ID 410156-0006-101. Quantity 3. Objective LD LCI PApo 63x/1.2 ImmCorrDIC. Product ID 420882-9870-000. Quantity 1. C-APO 100x/1.25 W Corr WD=0.25 mm. Product ID 421797-9970-000. Quantity 1. X-Cite XYLIS UV365 3m LLG, adaptor. Product ID 410842-2109-000. Quantity 1. Reflector Module FL EC ACR P&C. Product ID 424933-0000-000. Quantity 1. Condsr Achr Apl 0.9 H D Ph DIC. Product ID 424200-9901-000. Quantity 1. Stage controller XY PIEZO WSB CAN. Product ID 432901-9904-000. Quantity 1. Camera Axiocam 820 mono. Product ID 426560-9190-000. Quantity 1. SW ZEN 3.10 DLic. Product ID 410135-0002-310. Quantity 1. Storage System Standard Package. Product ID 000000-2550-804. Quantity 3. Upg Scanmodul LSM 980 f/730nm 561, verp. Product ID 000000-2457-836. Quantity 1. Upg LKM LSM 980/ 730 prep. Product ID 000000-2443-099. Quantity 1. External detector NIR f/LSM. Product ID 000000-2436-026. Quantity 1. DC-Interface LSM BIG. Product ID 000000-2270-274. Quantity 1. T-Adapter for Airyscan plus BiG. Product ID 000000-2078-390. Quantity 1. Upg LSM980 with NLO/405/730 Exam. Product ID 000000-2443-102. Quantity 1. Filter set 8 deep red 640nm+730nm f/NIR. Product ID 000000-2435-019. Quantity 1. Filter set 9 deep red 730nm f/NIR. Product ID 000000-2435-021. Quantity 1. SBS-FW f/DC-out f/LSM880/980 in box. Product ID 000000-2432-955. Quantity 1. Installation charges. Product ID 000000-1491-298. Quantity 1. Total shipping and installation price must be included in each offeror�s quote. ����������� (vi)������ Delivery/Inspection: Offerors shall provide on their quote a good faith delivery estimate from receipt of an order. Delivery, inspection, and acceptance will be performed at NIA located at 251 Bayview Blvd., Baltimore MD 21224. (vii)����� The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (viii)���� The provision at FAR clause 52.212-2, Evaluation � Commercial Products and Commercial Services, applies to this acquisition.� The award resulting from this solicitation will be made to the responsible offeror whose proposal is most advantageous to the Government, Technical Capability, Past Peformance and other factors considered. 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. (ix)������ Offerors are to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services, 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. (x)������� The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition.�� The following FAR provisions or clauses are incorporated by reference: 52.204-7, System for Award Management (Oct 2018) 52.204-13, System for Award Management Maintenance (Oct 2018) 52.204-16, Commercial and Entity Code Reporting (Aug 2020) 52.204-18, Commercial and Entity Code Maintenance (Aug 2020) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services of Equipment (Nov 2021) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015). 52.212-4(g), Invoice, is supplemented by the NIH Invoice and Payment Instructions (4/2022). 52.225-2, Buy American Certificate (Oct 2022) 52.211-6, Brand Name or Equal (xi)������ FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Products and Commercial Services, applies to this acquisition (xii)����� The offeror must complete and return FAR 52.204-24 and FAR 52.204-26 with its offer. (xiii)���� Responses to this solicitation must include clear and convincing evidence of the offeror�s capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. In addition the Unique Entity Identifier (UEI), 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 responses must be received by August 27, 2024, 9:00 am, Eastern Standard Time and reference number 75N95024Q00534. Responses shall be submitted electronically to Kevin Alvarez, Contracting Officer, kevin.alvarez@nih.gov. Fax responses will not be accepted. (xiv)���� The name of the individual to contact for information regarding the solicitation: Kevin Alvarez, Contracting Officer, kevin.alvarez@nih.gov. Attachments: FAR 52.212-5 Copy of FAR 52.204-24, to be completed and submitted by offeror Copy of FAR 52.204-26, to be completed and submitted by offeror Invoice and payment provisions
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d400e94702a84af8a89cdb14def2dcb2/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07177279-F 20240822/240820230116 (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.