Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2016 FBO #5364
SOLICITATION NOTICE

66 -- Large volume light sheet ultra-microscope

Notice Date
7/29/2016
 
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-2016-498
 
Archive Date
8/20/2016
 
Point of Contact
Hunter A. Tjugum, Phone: 301 435 8780
 
E-Mail Address
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
(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 HHS-NIH-NIDA-SSSA-CSS-2016-498 and the solicitation is issued as a Request for Quotation (RFQ) on a full and open competitive basis with no set-aside restrictions. 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 of $150,000.00. A fixed-price type contract is contemplated for any resulting contract entered into as a result of this solicitation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC Number/Effective Date: 2005-89 / 07-14-2016. (iv) The North American Industry Classification System (NAICS) code for this procurement is 334516 - Analytical Laboratory Instrument Manufacturing with associated business size standard 1000 employees. (v) Background The Laboratory of Behavioral Neuroscience is contained within the National Institute on Aging (NIA), one of 27 Institute Centers at the National Institutes of Health (NIH), and consists of the Neurocognitive Aging Section (NAS) on the Johns Hopkins Bayview Medical Campus in Baltimore, MD. The NAS is driven by the mission to conduct research on normal and pathological aspects of age-related neurocognitive changes and personality. NAS recognizes that age-related cognitive decline threatens independent living, compromises the quality of life, and represents a key risk for the development of Alzheimer's disease. NAS research is conducted in preclinical animal models, with the long-term goal of testing strategies to promote optimally healthy cognitive aging, and to define the mechanistic basis of successful treatments. In this context, studies examining the effects of non-invasive brain stimulation on the cell biological, neural network, and cognitive outcome of aging will be an important focus of NAS efforts in the coming years. The use of non-invasive brain imaging and stimulation techniques will ultimately bridge efforts throughout the broader LBN, facilitating the direct translation of systems neuroscience research across animal models and humans. Purpose and Objective: The goal of this requirement is to obtain a selective plane illumination microscope for 3-dimensional imaging capable of achieving the essential features described in this solicitation. A light-sheet microscope allows imaging in large, intact volumes (e.g., whole rodent brain, embryos, etc.), with subcellular resolution and chemical/protein-specificity, while preserving unprecedented 3-dimensional anatomical fidelity. By this approach, a comprehensive, organ-wide anatomical organization of any labeled element can be mapped for precise quantitative analysis. Light-sheet microscopy is widely applicable and has been successfully implemented across a diverse array of tissue types, including brain, embryo, muscle, vasculature, etc. This type of technology allows investigators to image and precisely quantify, in any model, age-related change in the anatomical organization of inhibitory neuronal circuitry on a brain wide basis, specifically in relation to individual differences in the cognitive outcome of aging. Parallel studies could then be integrated with ongoing fMRI analysis and planned intervention studies. Selective plane illumination microscopes (i.e. Light Sheet microscopes) represent a new technology. A state-of-the-art microscope as described herein will help NIA-IRP investigators increase their understanding of the biology of aging and age-associated disease. Product Description: Products offered must include those salient physical, functional, or other characteristics hereby identified as the essential government requirements needing to be achieved in one (1) microscope, assorted objectives, motorized tube lens, two cameras, motorized functional laser attenuator, imaging chamber, microscope stand and motorized filter wheels for excitation purposes. Essential Government features include the subject microscope possessing the capability to: 1) Image large samples in centimeter range, 2) Image in organic solvents 3) Have a working distance of the objectives up to 10mm 4) Have a field of view up to 17mm 5) Possess ability for dynamic horizontal focus, supercontinuum laser compatibility (405 nm-800 nm), changing objective lens without draining or dismantling imaging chamber. Inspection and Acceptance Offerors should indicate an estimated delivery time in full after receipt of an order and any other training or warranty schedules applicable. Inspection and acceptance will be performed at the National Institutes of Health, National Institute on Aging, located at 251 Bayview Boulevard, Baltimore, MD 21224. The Government expected delivery and installation timeframe is 30 days after contractor receipt of any contract resulting from this solicitation. (vi) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The following is provided as an addendum to FAR clause 52.212-1, Instructions to Offerors. Offerors should indicate an estimated delivery time in full after receipt of an order and any other training or warranty schedules applicable. Inspection and acceptance will be performed at the National Institutes of Health, National Institute on Aging, located at 251 Bayview Boulevard, Baltimore, MD 21224. The Government expected delivery and installation timeframe is 30 days after contractor receipt of an order resulting from this solicitation. (vii) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following is an addendum to 52.212-2. Responses received to this RFQ will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order, and warranty and training considerations. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation. Under the lowest-price technically acceptable (LPTA) process, Offerors' will be determined to be "technically acceptable" or "technically unacceptable" based on an evaluation of responses against the following factors to determine if, as submitted, the proposal is technically acceptable. (1) Technical Capability: Offerors shall clearly indicate possessing the capability to achieve the essential features of this requirement. Offerors submitting a response with documented technical specifications and evidence of possessing the technical knowledge, qualifications and capability and management structure needed in successfully achieving this requirement will be determined to be technically acceptable. (2) Past Performance. The offeror must submit with their proposal a list of the last two (2) contracts completed during the past two (2) years and / or contracts awarded currently in process that are similar in nature to this requirement. Offerors may submit redacted contracts or invoices of the same or similar requirement. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments or commercial entities. Newly formed companies without prior contracts should list contracts and subcontracts as required above for personnel. For each contract, subcontract, or reference include: (i) Name of Contracting Organization; (ii) Contract Number (for subcontracts, provide prime- and sub- contract numbers); (iii) Contract Type; (iv) Total Contract Value; (v) Description of Requirement; (vi) Contracting Officer's Name and Telephone Number; (vii) Program Manager's Name and Telephone Number; and (viii) North American Industry Classification System (NAICS) Code. Offerors will be determined technically acceptable on its performance under existing and prior contracts for similar services. The Government is not required to contact all references provided by the offeror. Also, references other than those identified by the offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the offeror's past performance technically acceptable determination. Offerors may respond with a quotation indicating their ability to provide the essential requirements stated in this solicitation. Pricing proposals shall indicate the unit price of the supplies specified in this solicitation, including shipping cost and estimated time of delivery after receipt of order, and warranty and training considerations. Responses will be evaluated based on contractor's ability to meet the government's essential requirements stated in this notice and on ability to deliver required supplies. (viii) The provision at FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. (ix) The provision at FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. An addendum to FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, Offeror Representations and Certifications Commercial Items, applies to this acquisition. The addendum includes the following FAR Clauses, provisions, terms and conditions: (a) 52.217-6 Option for Increased Quantity (Mar 1989). (x) The provision of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition and the clause at 52.222‐51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment‐‐Requirements (Nov 2007) (41 U.S.C. 351, et seq.) applies to this acquisition. (xi) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiii) 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. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. 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 and a price proposal. 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 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." All responses must be received no later than the date specified in this announcement. Late responses will not be accepted. All responses must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-2016-498. Responses must be submitted electronically to hunter.tjugum@nih.gov and NIDASSSAPurchaseRequ@mail.nih.gov. Facsimile responses will not be accepted. For information regarding this solicitation, contact Hunter Tjugum by email at hunter.tjugum@nih.gov or by phone at 301-827-5304.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-2016-498/listing.html)
 
Record
SN04201203-W 20160731/160729234204-c957849cc2b0a401e3ca2724df6d80d9 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.