Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2010 FBO #3196
SOLICITATION NOTICE

66 -- FLUOVIEW MULTIPHOTON LASER SCANNING MICROSCOPE

Notice Date
8/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Child Health and Human Development, Contracts Management Branch, 6100 Executive Blvd., Suite 7A07, MSC7510, Bethesda, Maryland, 20892-7510
 
ZIP Code
20892-7510
 
Solicitation Number
NICHD10-124-1
 
Archive Date
9/23/2010
 
Point of Contact
Patricia Haun, Phone: 301-443-7786
 
E-Mail Address
haunp@mail.nih.gov
(haunp@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format of FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation will not be issued for the solicitation number NICHD-10-124-1. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC2005-43 dated August 23, 2010. This acquisition will be processed under Simplified Acquisition Procedures and issued as a Request for Quote (RFQ). The associated North American Industry Classification System (NAICS) Code is 333314, which has a size standard of 500 employees. This is not set aside for Small Businesses. The Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD), National Institutes of Health (NIH), requires a Fluoview Multiphoton Laser Scanning Microscope. EVALUATION FACTORS FOR AWARD A.GENERAL The major evaluation factors for this solicitation include two parts which shall hold equal merit in determining best overall value to the Government. The two parts are as follows: 1)Technical Evaluation - which encompasses experience and past performance of demonstrating the ability to meet the specifications factors listed (see Section B below); 2)Cost/Price Evaluation proposal will be evaluated for realism and reasonableness. B.TECHNICAL EVALUATION Offerors proposals shall be evaluated on the 9 criterion listed below and shall receive an overall rating of, Exceptional Acceptability; Acceptable or Unacceptable. Only proposals that are determined to be Acceptable shall be eligible and considered for award. The definition that will be used in evaluating and rating the criterion is as follows: •Exceptional Acceptability: Equipment exceeds the specified performance or capabilities in a beneficial way has no major weaknesses or deficiencies. •Acceptable: Equipment meets specification standards and any weaknesses or deficiencies are considered minor and are readily correctable or acceptable in meeting the overall requirement. •Unacceptable: Equipment fails to meet the specification(s) and the weaknesses and/or deficiencies are considered uncorrectable without major revisions and would potentially subject the Government to overall risks in performance – either in time and/or money. TECHNICAL FACTORS: 9 Criterion to be evaluated: 1.System shall be capable of synchronizing laser light stimulation and imaging with 2 Independent IR lasers for Multiphoton imaging. Laser light stimulation and imaging shall be accomplished simultaneously with the 2 IR lasers synchronized in time and space. Stimulation of areas deep within a specimen that cannot be reached with single photon excitation, e.g. stimulation of single dendritic spine shall be possible. 2.System shall include a dual stimulation port in addition to the main imaging port. The system shall allow simultaneous imaging and stimulation in both Confocal and Multiphoton imaging modes as well as a combination of both. This is important for experiments that require 405nm for photo-stimulation while imaging in Multiphoton mode. 3.Software/hardware shall include tornado scanning mode that allows the stimulation of the sample in a spiral mode. This mode minimizes the time required to achieve successful photo-stimulation and hence better time resolution in these types of experiments. 4.System shall include IR Lasers with the following minimum characteristics: a.Tuning range: 690 – 1040nm b. Pulse width: 450kW (Improves fluorescence excitation efficiency) d.Scan speed >40nm/sec (Important for experiments that require spectral scans) e.Beam pointing stability: >50 μrad/100nm (critical for maintaining system alignment) 5.The system shall be upgradeable in the field to include CARS imaging modality that uses existing IR lasers in femtosecond mode. Future expansion to CARS is requested to allow for the following applications: a.myelin sheath b.Fat or fat droplets c.Membrane organization d.3D cell morphology, e.Intracellular lipid bodies, f.Drug delivery formulations The upgraded system shall allow for simultaneous imaging of tissues in 3 modalities that does not require any florescence labeling: CARS, Auto-fluorescence and Second Harmonic. 6.The system shall include a water immersion 25x objective or equivalent with a Numerical Aperture of 1.05 or better and a working distance of 2.0mm. The scanning system shall be capable of filling the back aperture of the lens to fully utilize the NA. The objective shall include a correction collar that minimizes spherical aberration caused by refractive index differences between water and the specimen. The objective shall provide a minimum approach angle of 350 allowing simultaneous patch clamping and imaging. 7.The system shall include 4 non-descanned in the EPI direction and 2 in the forward direction. User shall have the flexibility to use all 6 detectors simultaneously, allowing for experiments that require imaging of fluorescently labeled samples while capturing auto-fluorescence and second harmonic images. 8.The system shall provide seamless conversion of electrical signals measure during patch clamping into an image. This allows for synchronizing electrical activity in a cell or tissue with the fluorescence image. 9.The confocal system shall include 405nm, 458nm, 488nm, 515nm 559nm and 635nm laser lines. C.COST/PRICE EVALUATION: Offeror proposed price shall be evaluated on realism and reasonable for the Government to purchase the equipment. 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 as described in FAR 15.404. Realism will be evaluated only on the offeror(s) inputs which the Government will use to determine the most probable cost/price for the equipment in a manner consistent with the offeror's proposal. Cost/Price realism analysis will be conducted in accordance with FAR 15.404-1(d). The result of the cost/price realism analysis will be considered in the making the best value tradeoff decision. D.TRADEOFF-DECISION (SELECTION FOR AWARD): Contract award shall be made to the responsible Offeror whose technical and price proposals, in conforming to this solicitation, provides an overall best value to the Government. The Government’s objective is to obtain the highest technically accepted proposal at the most fair and reasonable proposed price. In selecting an offeror for award, offerors are instructed and advised that lowest price technically acceptable shall not automatically determine best overall value. Below is a table for information purposes to demonstrate the overall tradeoff process and an example that the Government may select higher technical acceptable proposal at a higher proposed price due to the overall value. TRADE-OFF TABLE Overall Technical RatingProposed Price Vendor AUnacceptable$80 Vendor BAcceptable$210 Vendor CExceptionally Acceptable$225 Vendor DAcceptable$220 In the example above, the Government could select Vendor C for award because overall best value is justified and supported that $225 is considered a fair and reasonable price for the purchase of the equipment. To select an Exceptional Offeror for $15 greater than the lowest-priced/technical acceptable is considered obtaining the highest quality of equipment for the proposed price. (Overall Exceptionally Acceptable would be a result of receiving 6 or more Exceptionally Acceptable ratings per criteria listed above). The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications – Commercial Items with its offer. The provisions of FAR Clause 52.212-1 Instructions to Offerors – Commercial Items; FAR Clause 52.212-2, Evaluation – Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions – Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items – Deviation for Simplified Acquisitions applies to this acquisition. The offeror must include their Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of providing the Government with the equipment specified in this synopsis should submit their quotation to the below address. Quotations will be due fifteen (15) calendar days from the publication date of this synopsis or September 8, 2010. The quotation must reference “Solicitation number” NICHD-10-124-1. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) 6100 Executive Blvd, Room 5Z00, Rockville, MD 20852 Attention: Patricia Haun. Faxed copies will not be accepted PLEASE NOTE: In order to receive an award, contractor must be registered and have valid certification in the Central Contractor Registration (CCR) http://www.ccr.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NICHD/NICHD10-124-1/listing.html)
 
Record
SN02251484-W 20100825/100823235515-507054c7981c8ad4b8f52db63667f9eb (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.