Federal Bid

Last Updated on 30 Aug 2019 at 8 AM
Combined Synopsis/Solicitation
Rockville Maryland

Bioluminescence Imaging System

Solicitation ID 75N95019Q00237
Posted Date 09 Aug 2019 at 4 PM
Archive Date 30 Aug 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office National Institute On Drug Abuse
Agency Department Of Health And Human Services
Location Rockville Maryland United states
(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 75N95019Q00237 and the solicitation is issued as a Request for Quotation (RFQ) on a Total Set-Aside basis to Small Business. 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. This acquisition is NOT expected to exceed the simplified acquisition threshold of $250,000.00. A Fixed-Price type of 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 Regulation (FAR) Federal Acquisition Circular (FAC) Number/Effective Date: 2019-03 / 07-12-2019.

(iv) The North American Industry Classification System (NAICS) code for this procurement is 334516 Analytical Laboratory Instrument Manufacturing with size standard 1000 employees. A Total Set-Aside restriction to Small Business is applicable.

(v) This requirement is for the Stem Cell Translation Laboratory (SCTL) in the Division of Pre-Clinical Innovation (DPI) at the National Center for Advancing Translational Sciences (NCATS) as part of the National Institutes of Health (NIH). The SCTL has a requirement to obtain a bioluminescence imaging system on a BRAND-NAME-OR-EQUAL basis to the LV200 Bioluminescence Imaging System, or its equal, as described in this solicitation and manufactured by Olympus America, Inc., located at 48 Woerd Ave, Waltham, MA, 02453-3824.

The bioluminescence imaging system described in this solicitation will allow SCTL scientists to image luminescent samples with superior brightness and high resolution and take full advantage of zero background, high signal to noise ratio and excellent detection sensitivity, offered by bioluminescence. This requirement will allow for real-time imaging of protein dynamics prior and throughout stem cells differentiation. In addition, this system will allow us to visualize the kinetics of cell surface receptors and their response to opioids and other small molecules that has been carefully designed for long-duration cell bioluminescence. A completely new optical design dramatically increases sensitivity and enables the detailed study of photosensitive cells and luminescence probes at high magnification. The built-in system for temperature control, humidity and gas flow helps to keep the cultured cells or tissue slices in a healthy condition throughout the observation period and the unique light-tight enclosure shields the sample and optics from any external light. Through the Helping to End Addiction Long-term (HEAL) Initiative, NCATS will focus on the development of human cell-based models of opioid misuse and addiction and of pain.

(vi) The purpose of this requirement is to obtain the LV200 Bioluminescence System, or its equal, that is manufactured and produced by Olympus America, Inc, which specifically includes the following manufacturer item, product code, and quantity:

LV200F-MD; LV200 MOTORIZATION UNIT; LV200F-MD; EA; 1
PRIOR LV200 MOTORIZATION KIT; P-LVXYZA; 1
OLYMPUS BX51/BX61 EXCITATION ADAPTER; OSI-10-Y51-EC; 2
U-FFWADP;ADAPTER OF FILTER WHEEL ON LIGHT SOURCE; U-F200; 1
SHUTTER, 25MM DIAM, HIGH TEMP, STAND-ALONE - NO PRIOR FILTER WHEEL; P-HF202HT; 1
U-HGLGPS; Metal Halide Illuminator, includes 130W Bulb (Requires LLG and Adapter); 5-UL170; 1
32ND6;6 % NEUTRAL DENSITY FILTER, 32MM, IX SL, AX TRANS LT; 9-U721; 1
U-LLG300; Liquid Light Guide for U-HGLGPS, 3.0M; 5-S400-30; 1
SHI-130OL; DC130W Light Bulb for U-HGLGPS; 8-B400; 1
UYCP-11; US Style 3-prong Power Cord; UYCP-11; 1
UPLSAPO10X2;U Plans S-Apo 10X Objective, NA 0.40, WD 3.0MM; 1-U2B824; 1
LUCPLFLN20X; LWD U PLAN FLUOR 20X OBJ, NA 0.45, WD 6.6-7.8MM, W/CC; 1-U2B375; 1
LUCPLFLN40X; LWD U PLAN FLUOR 40X OBJ, NA 0.6, WD 2.7-4.0, W/CC; 1-U2B377; 1
UPLSAPO20X; U Plan S-Apo 20X Objective, NA 0.75, WD 0.60MM; 1-U2B825; 1
UPLSAPO40X2;U Plan S-Apo 40X Objective, NA 0.95, WD 0.18MM, W/CC; 1-U2B828; 1
UPLSAPO60XO; U Plan S-Apo 60X Oil Objective, NA 1.35,WD 0.15MM, BFP1; 1-U2B832; 1
CHAMB.W/BUILT-IN DIGITAL GAS MIXER; OTHINUG2F-MT; 1
HPLAB TABLE/SS LAM TOP 30X30 w/8" hole for LV200; OTMC-LV200; 1
Subshelf for 750mm wide Table; OTMC-8132502; 1
RETRACTABLE CASTERS, SET OF 4; OTMC-8301401; 1
CS-DI-V2; cellSens Dimension Version 2; CS-DI-V2; 1
CS-S-MP-VF; cellSens Multi-Position Solution; CS-S-MP-VF; 1
CS-S-WN-VF; Cellsens Well Plate Navigator Solution; CS-S-WN-VF; 1
C9100-23B-KIT; IMAGEM X2 512X512 EMCCD, 70 FPS, FW BD &; OH-C9100-23B; 1
Z4 G4 Tower, Win10, Intel Xeon W-2102 2.9 2400MHz 8.25 4Core CPU, 32GB DDR4-2666 RAM, 512GB SATA SSD, 2x1TB SATA HDD, Quadro P600 2GB; HP-Z4G4 ; 1
Z24i G2 24" Monitor; HP-Z24I-G2; 1

The following Extended years of warranty are included in accordance with FAR 52.212-9 Option to Extend the Term of the Contract:
LV200 Gold Level Service Contract (1 Year); GSC-CORE-MTR; 4

Products offered must include those salient physical, functional, or other characteristics that are deemed essential in meeting the government's needs. Specifically, the following features are deemed essential that this requirement shall achieve:
• Observation methods consisting of Luminescence imaging, transmitted brightfield, basic transmitted fluorescence
• LV200 main body:
o Light-tight dark box
o Manual objective lens focusing
o Coaxial XY stage
o Motorized exciting filter wheel with 3 positions for standard 25 mm optical filters
o Motorized emission filter wheel with 6 positions for standard 25 mm optical filters
o Condenser for transmission brightfield coupled to light guide
o C-mount for camera
o Tube lens optimized for luminescence imaging, 0.2 X magnification
• Illumination Unit: External halogen lamp housing coupled with light guide
• Objectives: Integration of all standard-size Olympus objectives possible
• Hand Switch: Hand switch for filter wheels and illumination
• Environmental control: Double-layered chamber type incubator for 35 mm dish including controller, stage heater, top cover heater, main body heater, objective heater, flow meter for 5 % CO2, 95 % air.
• System Table: Approx. 600 (W) x 600 (D) mm x 700 (H) (needed if large-size camera is used)
• Camera Options: Depending on application and required sensitivity, cooled CCD cameras, EM-CCD cameras or deep-cooled slow-scan CCD cameras can be used.
• Power Consumption: Main unit 850 VA, Controller 840 VA
• Installation Space: Approx. 1500 (W) x 750 (D) mm (depending on configuration)
• Total Mass Weight: Approx. 70 kg (depending on configuration)

Offerors submitting a quotation must: 1) clearly indicate if the line item or items being offered in their quote is a brand-name item to the brand name item described in this solicitation, or if the item or items being offered is an "or-equal" item; 2) include Shipping and handling cost in the quotation, or specify if it is included in the price; 3) indicate an estimated delivery time in full after receipt of an order; 4) indicate if items being quoted are warrantied in accordance with Offeror's standard commercial warranty practices or whether software support is included and the length of time of such warranty/support subscription, up to four (4) additional one-year periods of performance, not to exceed a total of five years in contract length, base year plus any optional year periods of performance, if exercised, combined, to be incorporated into the contract in accordance with FAR clause 52.217-9 Option to Extend the Term of the Contract.
(vii) The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date after receipt of order (ARO) shall be specified in the offeror's quote and will be determined prior to any award. Delivery will be FOB - DESTINATION. The place of delivery and acceptance will be 9800 Medical Center Drive, Rockville, MD 20850.

(viii) The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html

(End of provision)

The following provisions apply to this acquisition and are incorporated by reference:
• FAR 52.204-7, System for Award Management (Oct 2018)
• FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016)
• FAR 52.211-6, Brand Name or Equal (Aug 1999)
• FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018)
• FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018)
• 52.217-9 Option to Extend the Term of the Contract (Mar 2000)
• HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015)

The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses:
https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html

(End of clause)

The following clauses apply to this acquisition and are incorporated by reference:
• FAR 52.204-13, System for Award Management Maintenance (Oct 2018)
• FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016)
• FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Oct 2018).

The provisions of FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2019) is applicable to this solicitation:
52.219-6 Notice of Total Small Business Set-Aside (Nov 2011)
52.219-13 Notice of Set-Aside of Orders (Nov 2011)
52.222-3 Convict Labor (June 2003)
52.222-19 Child Labor-Cooperation With Authorities and Remedies (Jan 2018)
52.222-21 Prohibition of Segregated Facilities (Apr 2015)
52.222-26 Equal Opportunity (Sep 2016)
52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014)
52.222-50 Combating Trafficking in Persons (Jan 2019)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
52.225-13 Restriction on Certain Foreign Purchases (Jun 2008)
52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Oct 2018)

The following provisions and clauses apply to this acquisition and are incorporated as an attachment:
• NIH Invoice and Payment Provisions (2/2014)

(ix) The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:
a. Technical capability of the item offered to meet the Government requirement;
b. Price; and
c. Past performance [see FAR 13.106-2(b)(3)].

Respondents that believe that they are manufacturers or authorized resellers of any BRAND-NAME product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order.
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.

(x) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer.

(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.

(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and is incorporated in full text.

(xiii) The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.

(xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.

(xv) 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.

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.

(xvi) All responses must be received no later than the date specified in this announcement. Late responses will not be accepted. All responses must reference the subject solicitation number. Responses must be submitted electronically to [email protected]. Facsimile responses will not be accepted. For information regarding this solicitation, contact Hunter Tjugum by email at [email protected] or by phone at 301-827-5304.

Bid Protests Not Available

Similar Past Bids

Location Unknown 05 Jul 2019 at 7 PM
Location Unknown 27 Sep 2016 at 10 PM
Location Unknown 26 Jun 2018 at 8 PM

Similar Opportunities

Frederick Maryland 15 Jul 2025 at 3 PM
Suamico Wisconsin 28 Jul 2025 at 4 PM
Suamico Wisconsin 28 Jul 2025 at 4 PM
Pennsylvania 03 Aug 2025 at 4 AM (estimated)
Pennsylvania 03 Aug 2025 at 4 AM (estimated)