Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2016 FBO #5353
SOLICITATION NOTICE

65 -- Brand name or equal EVO EMCCD 512 DELTA MFW-16-AC cameras upgrade for SM-FRET

Notice Date
7/18/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423410 — Photographic Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
N02RC62591-24
 
Archive Date
8/16/2016
 
Point of Contact
Kimesha Leake, Phone: 2402765669, Jolomi Omatete, Phone: 2402766561
 
E-Mail Address
kimesha.leake@nih.gov, jolomi.omatete@nih.gov
(kimesha.leake@nih.gov, jolomi.omatete@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E226, Bethesda, MD 20892, UNITED STATES. Non-USPS mail such as Fedex, UPS and other private carriers please use Rockville, MD 20850. The National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Receptor Biology and Gene Expression (LRBGE) would like to request a Brand name or equal EVO EMCCD 512 DELTA MFW-16-AC cameras to be attached to the existing custom-built microscopy system for Single Molecule Tracking (SMT). This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation: No. N02RC62591-24 includes all applicable provisions and clauses in effect through FAR FAC 2005-88 (June 2016) simplified procedures for commercial items. This acquisition is a 100% small business set-aside. The North American Industry Classification System code is 423410 and the business size standard is 100 employees. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. I. Description of Requirement The Laboratory of Receptor Biology and Gene Expression (LRBGE) is interested in the dynamics of rapid exchange of the transcriptional factors (TF) on promoters. Specifically, LRBGE is interested in extracting biophysical information about sequential interactions for nuclear receptors and other TF on their DNA targets. Pioneering studies from this lab revealed that the interactions of TF with their specific chromatin targets are transient. These observations contradict the classic view of long-term residency of TF; they shed a new light on gene expression mechanisms and open new venues for cancer drug development. A high impact manuscript in press calls into question long held views regarding the mechanisms of transcription factor interaction with chromatin, and demonstrates the continued leadership of the LRBGE in this field. Real-time study of initiation complex assembly and dynamics requires observation of individual molecules in live cells by means of fluorescent microscopy. For these experiments LRBGE custom-built a SMT microscope and developed Matlab-based software for SMT data analysis. LRBGE obtained valuable results, the importance of which was validated by publications in high-profile scientific journals. Further progress requires biophysical characterization of TF interactions. LRBGE needs to register a Forster Resonance Energy Transfer (FRET) effect to prove that the molecules are within 10 nm and thus interact at the same site. However, the current SMT system does not provide adequate excitation, signal detection and simultaneous multicolor imaging for a long-term observation of SM-FRET in dynamics. Our goals will be most adequately met by upgrading the current custom-built system with two (2) high-sensitivity, state-of-the-art EM-CCD. We will use one camera to image the counter-stained nuclei, and a second one for SM-FRET The following salient characteristics apply to the Brand Name or Equal Evo-512-Delta EMCCD Camera • Frame-transfer EMCCD • Back-thinned EMCCD sensor with electron multiplication to minimize red noise 512 x 512 array (16x16 um pixels) • High speed triggering • Multiple read-out speeds (67 fps of full frame at 20MHz, 1099 fps at 16x16 pix ROI) • LightSpeed Mode allowing up to 3000 fps in 32x32 pixel ROI anywhere on the chip • Fast calibration (Rapid-Cal feature) • Highly stabilized cooling performance, Cooling temperature (-75C), • Low dark current (0.003e-/pixel/sec) • 16 bit digitization • TURBO-1394 interface (IEEE-1394a) • Intelligent FGA design • Smart Streaming • PAR feedback system • ACE technology • 20 MHz to 1 mHZ readout • Read noise in EM port without EM Gain (20 MHz: 75e-, 10 MHz: 65e-) • Read noise in EM port with EM Gain (20 MHz: <1e-, 10 MHz: <1e-) • Read noise in non-EM port (5 Mhz, 18e-; 0.625 Mhz, 6e-) • Bias stability < 0.001 ADU/Frame • Stable EM Gain performance; Gain stability (0.0012) • Field uniformity (<1.10) • Linearity >99% • Compatibility with the PVCAM software • Two year warranty Additional requirements: The cameras must be compatible with the existing custom-built single molecule microscopy system. The current system is based on Photometrics camera, and so the custom designed software that collects the single molecule data communicates with the current camera using the Photometrics PVCAM software. This software is required to read the camera output, and also produce a trigger input to allow synchronization with the lasers that provide the illumination of the specimens. The new cameras should use the same PVCAM software to permit a seamless integration with the current system. II. Delivery: Contractor shall deliver the item(s) within 6 weeks after award to: NIH/NCI Bethesda, Maryland 20892. The Contractor that receives the award will be provided with the complete mailing address and point of contact. Upon award, contractor must notify the NCI Technical Point of Contact to schedule the delivery. III. Payment: Payment shall be made after delivery and acceptance by the Technical Point of Contact. Payment authorization requires submission and approval of invoice by the NCI COR and NIH Commercial Accounts. QUESTIONS ARE DUE: July 25, 2016 The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the quote. The Government reserves the right to make an award without discussions. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal. (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. 52.212-1 Instructions to Offerors Commercial Items (APR 2014); 52.212-2 Evaluation Commercial Items (OCT 2014): FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- (March 2015) WITH DUNS NUMBER ADDENDUM {52.204-6 (July 2013)}; FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (December 2014); FAR Clause 52.212-5: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (March 2015). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition; FAR Clause 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) FAR Clause 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) FAR Clause 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) FAR Clause 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644) FAR Clause 52.219-28, Post Award Small Business Program Representation (Jul 2013) FAR Clause 52.222-3, Convict Labor (June 2003) FAR Clause 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) FAR Clause 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR Clause 52.222-26, Equal Opportunity (Apr 2015) FAR Clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR Clause 52.225-1, Buy American Act--Supplies (May 2014) FAR Clause 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) Alternate II (May 2014) of 52.225-3 FAR Clause 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) FAR Clause 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) Full text copies of the representations and certifications for other cited provisions and clauses may be obtained online at the NCI website at http://ncioa.cancer.gov/oa-internet/ or from Kimesha Leake, Contract Specialist at Kimesha.Leake@nih.gov OFFERORS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror's Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA) through www.sam.gov. Quotations must be received in the NCI-OA contracting office by 5:00 p.m. EST on August 1, 2016. Please refer to solicitation number N02RC62591-24 on all correspondence. Faxed quotations will NOT be accepted. Quotations may be submitted via email to Kimesha Leake, Contract Specialist at Kimesha.leake@nih.gov All questions shall be in writing and may be addressed to the aforementioned individual noted above. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management through sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC62591-24/listing.html)
 
Record
SN04186230-W 20160720/160718234611-242f5cae15b63181f5fcd0b8a4027401 (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.