NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The intended procurement is classified under NAICS code 334516 with a Size Standard of 500 Employees.
SET-ASIDE STATUS
This acquisition is NOT set-aside for small businesses and is available for full and open competition.
ACQUISITION AUTHORITY
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 in combination with FAR 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This acquisition is NOT expected to exceed the simplified acquisition threshold.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86, dated January 1, 2016. The resultant purchase order will include all applicable provisions and clauses in effect through this date.
DESCRIPTION OF REQUIREMENT
Purpose
The National Institute of Mental Health (NIMH) Section on Neuroanatomy requires regeneratively mode-locked, 70fs tunable light source with automated dispersion compensation.
Project Requirements
The laboratory requires a regeneratively mode-locked, 70 fs tunable light source with automated dispersion compensation.
A demonstration system is acceptable so long as it is a very recently manufactured system with the full new product warranty.
The system is to include:
1. Regenerative mode-locking, not passive or Kerr Lens only mode-locking.
2. Pulse width of 70 fs.
3. Automated dispersion compensation module, capable of being used with similar Mai Tai lasers.
4. The higher the level of on-site service and repair that can be provided, will enhance group productivity.
5. Tuning range of 690-1040 nm.
6. Repetition rate 80 MHz nominal.
7. The laboratory has developed custom software for a microscope to control the Mai Tai laser and Deep See. This software would take several man-months to replicate with a different laser.
8. Deep See automatically compensates for the pulse broadening encountered in the optical train of a microscope, lenses, modulators, and filters. The pulse broadening is not the same value for all wavelengths. It is nearly twice as great at the shorter end of the tuning curve as it is at the longer [redder] wavelengths. The Deep See will set the desired value of pre-compensation automatically as the Mai Tai is tuned in wavelength.
9. The Deep See module can be used on virtually any Mai Tai laser providing flexibility for the laboratory. Other designs are part of the laser and cannot have this capability.
10. Generate and store multiple dispersion compensation curves.
Anticipated Period of Performance
Delivery of the equipment shall be within 30 days after receipt of order.
Contract Type
The Government intends to issue a firm fixed price purchase order for this requirement.
APPLICABLE CLAUSES AND PROVISIONS
All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov.
The provision at FAR clause 52.213-4, Terms and Conditions - Simplified Acquisitions, applies to this acquisition.
The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
EVALUATION CRITERIA
The Government will award a purchase order resulting from this solicitation on the basis of lowest price technically acceptable. Technical acceptability will be evaluated based upon the following:
1. Factor 1: Technical Approach (80%)
The Offeror shall detail in its technical proposal how it meets each of the project requirements. This shall include the specifications of the offered equipment.
2. Factor 2: Delivery (20%)
The Offeror shall confirm in its technical proposal that the delivery requirements detailed in this statement of need shall be met.
RESPONSE FORMAT
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. The offeror must submit a technical response and a separate price quotation. The technical response should be prepared in reference to the evaluation criteria identified in this solicitation. The price quotation must include the requirements listed above as well as associated pricing.
Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov."
CLOSING STATEMENT
All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-RFQ-16-155. Responses shall be submitted electronically via email to Megan Ault, Contract Specialist, at [email protected].