Federal Bid

Last Updated on 16 Dec 2015 at 9 AM
Combined Synopsis/Solicitation
Bethesda Maryland

Laser Capture Microdissection Instrument

Solicitation ID N02RC62508-24
Posted Date 20 Nov 2015 at 9 PM
Archive Date 16 Dec 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Cancer Institute, Office Of Acquisitions - Shady Grove
Agency Department Of Health And Human Services
Location Bethesda Maryland United states
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E626, Bethesda, MD 20892, UNITED STATES.

Non-USPS mail such as Fedex, UPS and other private carriers please use Rockville, MD 20850.

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. N02RC62508-24 includes all applicable provisions and clauses in effect through FAR FAC 2005-83(November 2015) simplified procedures for commercial items.

The North American Industry Classification System code is 334516 and the business size standard is 500 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

In the interest of decreasing the frequency of death and suffering from prostate cancer, considerable effort has been expended to understand the biological mechanisms responsible for tumorigenesis, disease progression, and resistance to therapy. While the field has advanced substantially with respect to new sequencing and analytical techniques, a limiting factor for the accurate molecular analysis of tumor tissue in prostate cancer is the extent of cellular diversity and heterogeneity in the tissue itself. To solve this problem, the NCI proposes to utilize a technique developed here at the NIH - laser capture microdissection - using the most modern hardware and software platform developed, which has contributed to accelerating the speed of tissue collection and thus decreasing the time associated with the labor the related project. The NCI anticipates using this instrument at least 20 hours per week on a wide range of projects undertaken to further the mission of the NCI.

In order to meet the needs of the researchers' current and anticipated needs, the following Salient Characteristics must be provided:

1. Laser Capture Microdissection instrument with infrared capture and UV cutting lasers
2. 2X, 10X, 20X 40X and 60X objectives
3. Computer, touch screen display with pen, and operating software
4. 3 years on-site warranty, parts and labor.
5. Phase Contrast Illumination with Motorized Condenser Turret. Includes illumination tower, motorized condenser, HUB-A and prisms for Phase Contrast Illumination.
6. Enhanced UV Lasers that feature 0.6-300mW power density, 60uJ pulse energy, 0.01-5kHz adjustable repetition rate, adjustable cutting speed, <5 ns pulse length, and <3% pulse-to-pulse stability
7. Motorized fluorescence turret and Red, Green and Blue Filter cubes.
8. 10X, 20X, 40X and 60X DIC sliders.
9. DIC Analyzer Cube
10. UV Filter Cube
11. Triple Dichroic Filter Set. DAPI/FITC/TRITC. Excitation: 385-400/475-493/545-565. Emission: 450-465/503-533/582-622.
12. Microscope Binoculars
13. Stage Insert for Large Format Slides. Accommodates 50mm, 38mm and 25mm slides.
14. Petri Dish Stage Insert that accommodates 50mm x 7mm Petri dishes.
15. Instrument Installation and Product Training at the Customer Site.

II. Delivery: The Contractor shall deliver the item(s) within 30 days 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 delivery, the Contractor must notify the NCI Contracting Officer's Representative (COR) to schedule the delivery.

III. Payment: Payment shall be made after delivery and acceptance of the product. Payment authorization requires submission and approval of invoice to the NCI COR and NIH Commercial Accounts.

QUOTATIONS ARE DUE: November 30, 2015

PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition:

FAR clause 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (October 2015);

FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- (November 2015) WITH DUNS NUMBER ADDENDUM {52.204-6 (July 2013)};

FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (May 2015);

FAR Clause 52.212-5: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (November 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 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I
FAR Clause 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
FAR Clause 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR Clause 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns.
FAR Clause 52.219-28 Post Award Small Business Program Representation
FAR Clause 52.222-3 Convict Labor
FAR Clause 52.222-19, Child Labor-Cooperation with Authorities and Remedies
FAR Clause 52.222-21 Prohibition of Segregated Facilities
FAR Clause 52.222-26 Equal Opportunity
FAR Clause 52.222-35 Equal Opportunity for Veterans
FAR Clause 52.222-36 Equal Opportunity for Workers with Disabilities
FAR Clause 52.222-37 Employment Reports on Veterans
FAR Clause 52.222-40 Notification of Employee Rights, Under the National Labor Relations Act
FAR Clause 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Items
FAR Clause 52.223-18 Encouriaging Contractor Policies to Ban Text Messaging while Driving
FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases
Far Clause 52.232-33 Payment by Electronic Funds Transfer-System for Awards Management (SAM)

Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/ or from Kimesha Leake, Contract Specialist at [email protected]

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 System for Award Management (SAM) through sam.gov.

Quotations must be received in the NCI-OA contracting office by 11/30/15. Please refer to solicitation number N02RC62508-24 on all correspondence. No collect calls will be accepted. Faxed or electronic mail quotations will NOT be accepted.

All questions shall be in writing and may be addressed to the aforementioned individual noted above. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management through sam.gov.

Bid Protests Not Available

Similar Past Bids

Center Kentucky 30 Aug 2016 at 4 PM
New hampshire 21 Jul 2010 at 7 PM
Center Kentucky 30 Aug 2017 at 5 PM
Center Kentucky 13 Sep 2016 at 12 PM
Location Unknown 16 Oct 2018 at 2 PM

Similar Opportunities

Ashburn Virginia 16 Jul 2025 at 4 AM (estimated)
Chula vista California 30 Jul 2025 at 6 PM
California 11 Jul 2025 at 10 AM (estimated)
Medical Science Building - 7E Renovation (CP2400920) On January 26th 2024 a fire and explosion occurred on the 7th floor of MSB in the east wing laboratories. Physical damage was extensive within the high impact area of approximately 5000 SF impacting interior construction including mechanical electrical and plumbing infrastructure, exterior windows, casework and finishes. ed and destroyed lab casework, and damaged interior finishes. More limited damage extended to other areas of the east wing. Existing windows, mechanical, electrical, plumbing, fire suppression, and fire alarm systems were damaged and will need to be replaced in the high impact area and partially replaced or repaired where the impacts of the incident extended to other areas of the 7thy floor. The repair project will return the 7th floor east wing to service for research. The project scope includes renovating approximately 11,800 square feet of high and low impact areas of the 7th floor. The project includes an alternate restroom renovation designed to meet current codes. Infrastructure repair and replacement includes wet pipe fire suppression, acid waste & vent stack replacement, sanitary waste & vent stack replacement, domestic water and lab water systems, lab gas replacement, plumbing equipment replacement, telecom infrastructure, and window replacement. Laboratory repairs include fume hood and laboratory replacement, and required laboratory sinks, eye wash, and infrastructure needed to support specialized laboratory equipment. The project will develop two separate sets of bid documents for competitive bidding, one of which will capture the preexisting laboratory build out and one that modifies the previous existing laboratory design to more closely align with ongoing lab renovations in other areas of the building and the long range masterplan for the Medical Science Building. Base Estimate & Alternates: $4,180,000.00
Location Unknown 29 Jul 2025 at 4 AM