Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 09, 2016 FBO #5160
SOLICITATION NOTICE

66 -- Confocal Microscope Imaging System for NINDS Spinal Circuits & Plasticity Unit

Notice Date
1/7/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-16-071
 
Archive Date
2/12/2016
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
CONFOCAL MICROSCOPE IMAGING SYSTEM FOR NINDS SPINAL CIRCUITS AND PLASTICITY UNIT Competitive Combined Synopsis/Solicitation HHS-NIH-NIDA-SSSA-CSS-16-071 INTRODUCTION 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. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures, FAR Subpart 13.5--Test Program for Certain Commercial Items, and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-16-071 and the solicitation is issued as a request for proposal (RFP). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516 with a Size Standard of 500 Employees. SET-ASIDE STATUS This acquisition is available for full and open competition. ACQUISITION AUTHORITY 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, FAR Subpart 13.5--Test Program for Certain Commercial Items, and FAR Part 12-Acquisition of Commercial Items, and IS expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85-1, dated January 4, 2016. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Background The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), conducting research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. The NINDS Spinal Circuits and Plasticity Unit (SCPU) is pursuing research on the molecular, cellular, and neural circuit basis of how the spinal cord mediates behavior and undergoes learning. Purpose The purpose of this requirement is to acquire one (1) confocal microscope imaging system to be used to image fluorescent signals in spinal cord tissue sections and cells. Project Requirements Equipment Specifications The NINDS SCPU requires one (1) confocal microscope imaging system that meets the following requirements: A.The system must have 5x, 10x, and 63x objectives and a fluorescence system including a standard x-cite module (or similar). B.The system must have an X-Y scanning stage, a freely rotatable scan field, and free X-Y offset for cropping. C.The system must have four laser lines (405, 488, 555/561, and 640-647 nm), a multi-channel tunable configuration with at least five (5) variable custom detection windows, at least one photomultiplier tube (PMT) detector and one GaAsp-PMT detector, and be capable of spectral imaging (emission scan) with high count dye and emission fingerprinting capabilities. D.The system must have the ability to freely define at least thirty (30) regions of interest with pixel-precise control of the laser intensity and signal detection. E.The system must have at least ten (10) different scan speeds, absolute linear scanner movement, and online scanner calibration. F.The system must come with a software program that fully integrates acquisition and analysis of spectral data, includes a database of standard fluorochromes, and offers the ability to re-use acquisition parameters to reproduce an experiment. Equipment Warranty and Extended Warranty Specifications The NINDS SPCU requires that the above-described confocal microscope imaging system come with a one year warranty as well as two years of an extended warranty. The warranty and extended warranty to be provided must include the following: A.One (1) annual on-site preventative maintenance inspection by an original equipment manufacturer (OEM) certified technician/engineer B.Unlimited on-site service visits by an OEM certified technician/engineer C.Replacement of all equipment parts as needed D.Provision and installation of equipment software version upgrades as released E.Unlimited e-mail and telephone customer support for scheduled and emergency services between the hours of 8:00 am and 5 pm, local prevailing time, Monday through Friday. Training Requirements On-site customer training in the use of the equipment is required. Training shall be for three (3) individuals and shall have a duration of at least four hours. Training must be at the customer site within two (2) weeks of equipment installation. Training shall take place between the hours of 8:00am and 5:00pm, Bethesda, MD local prevailing time, Monday through Friday. Delivery Requirements/Period of Performance The contractor shall deliver and install the required equipment within twelve (12) weeks after receipt of order. Delivery and Installation must be FOB Destination and must include both delivery and inside installation. The equipment shall be delivered and installed between the hours of 8:00 am and 5:00 pm, Bethesda, MD local prevailing time, Monday through Friday. Delivery and inside installation shall be made the NIH Main Campus, Building 35, Room 2B-308, located at 35 Convent Drive, Bethesda, MD 20892. No particular special instructions for delivery beyond inside delivery are anticipated. Pre-proposal site visits are not required and shall not be accommodated. On-site training must take place at the customer site within two (2) weeks of equipment installation. Training shall take place between the hours of 8:00 am and 5:00 pm, Bethesda, MD local prevailing time, Monday through Friday. Contract Type The Government intends to issue a firm fixed price contract for this requirement. Question and Answer Period Interested contractors may submit questions relating to this requirement. Questions shall be submitted to the contract specialist, Lauren Phelps, via email at lauren.phelps@nih.gov by or before 01/13/2016 at 5:00 PM EST. Late questions shall not be accepted. Questions will be anonymized and answered and the answers will be provided as soon as possible after the question deadline via solicitation amendment. Should no questions be received, no amendment shall be posted. RESPONSE FORMAT 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 offeror must submit 1) a technical proposal and 2) a separate price proposal. The technical proposal should be prepared in reference to the evaluation criteria identified in this solicitation and may be up to twenty single-sided pages. The price proposal must include the requirements listed above as well as associated pricing. Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." IMPORTANT NOTE TO OFFERORS: PLEASE ENSURE THAT YOUR RESPONSE MEETS THE FORMAT REQUIREMENTS AND SPECIFICALLY ADDRESSES EACH OF THE TECHNICAL EVALUATION CRITERION AND THE EVALUATION FOCUS THAT IS INDICATED FOR EACH CRITERION. PROPOSALS MUST INCLUDE BOTH A TECHNICAL DOCUMENT AND A SEPARATE PRICE PROPOSAL. CONTRACTORS NOT SUBMITTING BOTH A TECHINICAL PROPOSAL ADDRESSING THE EVALUATION CRITERIA AND A SEPARATE PRICE PROPOSAL SHALL NOT BE CONSIDERED. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price. The technical evaluation factors are as follows, in order of importance: 1)Factor 1: Equipment Capability The contractor shall detail in its technical proposal how it shall meet each of the project requirements. This shall include detailed specifications of the offered equipment and its capabilities. Technical approach shall be evaluated for the ways in which the proposed equipment meets or exceeds the equipment specification requirements. Exceeding requirements shall be considered favorably, as shall ability to upgrade the system to super-resolution capabilities in the future if desired. 2)Factor 2: Equipment Warranty and Extended Warranty Coverage The contractor shall detail in its technical proposal the terms and conditions for its proposed warranty coverage. The proposed approach shall be evaluated for the ways in which it meets or exceeds the equipment warranty and extended warranty specifications. 3)Factor 3: Delivery, Installation, and Training The contractor shall detail in its technical proposal how it shall meet the delivery, installation, and training requirements. The Government shall evaluate for ability to meet or exceed these requirements. Proposals must include a delivery lead-time and detailed explanation of who shall perform installation, the installation time frame, as well as what training will be provided and how it shall be delivered. 4) Factor 4: Past Performance The Contractor shall provide a list of three (3) contracts or purchase orders completed during the past five (5) years, similar in size and scope to the microscope requirements outlined in this Statement of Work. Experience must be specific to provision of confocal microscopes and shall include the following information for each contract or purchase order listed: a.Name of Contracting Organization b.Contract Number c.Contract Type d.Total Contract Value e.Description of Requirement and Specific Responsibilities of the Offeror as they relate to this SOW f.Contract Period of Performance Past Performance shall be evaluated for relevance to the current requirement. Additionally, past performance shall be reviewed within the Government-wide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov. APPLICABLE CLAUSES AND PROVISIONS The following FAR clauses and provisions shall apply to this solicitation: 1.All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2.The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (April 2014), applies to this acquisition. 3.FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition. 4.A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (March 2015), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 5.FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2015) apply to this acquisition. 6. FAR Clause 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation applies to this acquisition. 7.The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. In addition, the Dun & Bradstreet Number (DUNS), 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." CONTRACTOR PERFORMANCE EVALUATION Final Evaluation of Contractor performance will be prepared for the resulting contract in accordance with FAR Subpart 42.15. The final performance evaluation will be prepared at the time of completion of work. Final evaluation will be provided to the Contractor as soon as practicable after completion of the evaluation. The Contractor will be permitted thirty days to review the document and to submit additional information or a rebutting statement. If agreement cannot be reached between the parties, the matter will be referred to an individual one level above the Contracting Officer, whose decision will be final. Copies of the evaluation, Contractor responses, and review comments, if any, will be retained as part of the contract file, and may be used to support future award decisions. Contractors may access evaluations through a secure Web site for review and comment at the following address: http://www.cpars.gov CLOSING INFORMATION 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. All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-16-071. Responses shall be submitted electronically via email to Lauren Phelps, Contract Specialist, at lauren.phelps@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-16-071/listing.html)
 
Place of Performance
Address: 35 Convent Drive, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03986193-W 20160109/160107235143-6f7d947d5bcf2af4a0ad716dee5473ff (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.