This acquisition is a Notice of Intent (NOI). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC)2005-95 dated 1/13/2017. The North American Industry Classification System code for this procurement is 334516 with a small business size standard of 1000. This requirement is not set aside for small business.
The National Institute of Allergy and Infectious Diseases (NIAID), is seeking to purchase
an Insight X3 Dual Tunable Femtosecond laser with the following options.
Third generation broadly tunable femtosecond laser with DeepSee
dispersion compensation and dual wavelength output
InSight X3 Dual features an unprecedented 680 nm to 1300 nm continuous
tuning from a sole source, short 100 fs pulse widths and
the highest peak power levels in the infrared wavelengths where imaging
penetration depth is maximized.
> 1.0 W @ 700 nm
> 2.0 W @ 900 nm
> 1.8 W @ 1000 nm
> 1.6 W @ 1100 nm
> 1.4 W @ 1200 nm
> 1.0 W @ 1300 nm
> 2.0 W @ 1045 nm (Dual Beam)
Spectra-Physics' integrated patented DeepSee, the industry standard
dispersion pre-compensator, delivers the short pulses through a
microscope to the sample for maximum fluorescence.
This fully automated ultrafast laser can be seamlessly tuned with the
click of a mouse to any wavelength within seconds at speeds
over 50 nm/sec.
Includes the 1045nm Dual wavelength option for dual color imaging, CARS
and SRS
Includes rack mountable power supply, chiller, and rack accessory.
MAITAI EHPDS
Completely automated, one-box, mode-locked Ti: Sapphire laser source with automated
DeepSee dispersion compensation.
Key features:
• Wide Tuning Range: 690-1040 nm
• Pulse duration < 70 fsec
• Completely CPU controlled with user-friendly Graphical User Interface (GUI)
•Industry-leading peak power: >425 kW at 800 nm
o >56 kW at 690 nm
o >217 kW at 710 nm
o >217 kW at 920 nm
o >34 kW at 1040 nm
• Patented DeepSee module provides high negative Group Velocity Dispersion at all
wavelengths providing shortest pulses and most fluorescence at the sample
• Superior beam pointing stability of <50 μrad/100 nm eliminates need to realign
external routing optics for optimum microscope throughput at every wavelength.
• Unique active mode-locking technology enables:
o Continuous wavelength tuning with no re-optimization time
o Real-time excitation fingerprinting in seconds
o Drop-out free operation
• Laser incorporates on-board diagnostics for Remote Service Capability
• Includes rack mountable power supply, chiller, and rack accessory.
Applicable warranty or preventative maintenance coverage must be included in the quotation.
Shipping charges must be included in the quotation.
DUNS number must be present on the quotation.
FOB Point shall be Destination; Bethesda, MD 20892.
Place of Performance:
National Institutes of Health
Bethesda, MD 20892
United States
Award will be based on the capability of the item offered to meet the above stated salient characteristics, price, past performance, delivery, warranty, and the best value to the government.
The following FAR provisions apply to this acquisition:
FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2017)
FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Jan 2017)
Offerors must complete annual representations and certifications on-line at http://www.sam.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items
The following contract clauses apply to this acquisition:
FAR 52-212-4 Contract Terms and Conditions Commercial Items (Jan 2017)
FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2017)
FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation (Nov 2015)
The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting.
By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov).
Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html or, upon request, either by telephone or fax.
This is an open-market Notice of Intent for Spectra Physics as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process all quotes must include a statement regarding the terms and conditions herein as follows:
"The Terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
(Quoter shall list exception(s) and rationale for the exception(s).)
Submission shall be received not later than 4:00pm Mountain Time August 9th, 2017.
Offers may be mailed, e-mailed to Michael Barrett; (E-Mail/ [email protected]). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f)
All responsible sources may submit an offer that will be considered by this Agency.
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Michael Barrett at [email protected]