COMBINED SYNOPSIS / SOLICITATION
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; quotes are being requested and a written solicitation will not be issued.
The solicitation number is HHS-NIH-NIDA-(SSSA)-15-618 and the solicitation is issued as a request for quote (RFQ).
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 and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold.
The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83 effective July 2, 2015.
This acquisition is unrestricted. The associated NAICS code 334516 and the small business size standard 500 employees.
STATEMENT OF OBJECTIVES
The purpose of this requirement is to trade in an existing Spectra-Physics MaiTai DeepSee laser for an Insight DeepSee or equivalent laser. This trade in will significantly improve the amount of laser power generated at wavelengths above 1000nm and allow us to visualize a broader spectrum of fluorophores and fluorescent proteins.
Project Title: Trade in an existing MaiTai DS laser for an InSight DS or equivalent laser
The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to reduce the burden of disease which they accomplish by seeking fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives.
The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the NIH, and conducts research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease.
At present, the most notable limitation of the current system is its inability to optimally excite fluorophores / fluorescent proteins with wavelengths greater than 550 nm (e.g. red fluorescent protein, mCherry, tdTomato). This is due primarily to the loss of power in our Mai Tai two-photon lasers at wavelengths >1000nm. For example, at 1000 nm our current lasers generate <100 mW of power, which is unable to optimally excite red and far red fluorescent proteins. Conventional two-photon lasers are known to lose power at these wavelengths, but this problem was overcome with the release of new more technologically advanced lasers. Newer model lasers can generate ~1000 mW of power at wavelengths >1000nm (10 times more power than our current laser) and thus can better excite red and far red fluorescent proteins.
We are routinely limited in our multi-parameter two-photon imaging studies by our inability to excite red and far red fluorescent proteins. We are therefore requesting the opportunity to trade in one of our Mai Tai DeepSee lasers from SpectraPhysics for an InSight DeepSee or equivalent laser. The trade in would allow us to use many new fluorescent tools and increase the number of parameters (colors) we can visualize simultaneously in intravital imaging studies.
Scope of Work
The contractor shall deliver, install and train staff to use the new laser. The equipment has to be delivered during normal working hours (Monday through Friday 8:00 AM to 5:00 PM EST).
Mandatory Criteria
a. A minimum of one year warranty of the equipment
b. Contractor shall respond to repair and maintenance issues via telephone within 24 hours and, if issues cannot be resolved via telephone, field engineers shall arrive onsite within 2-4 days
Insight DeepSee or Equivalent Laser that meets the following:
• Completely automated one-box femtosecond laser source with DeepSee dispersion compensation.
• 680 nm to 1300 nm continuous tuning from a single source, short 100 fs pulse widths and high peak power levels into the infrared where imaging penetration depth is maximized.
• The following power output:
600 mW @ 700 nm
1000 mW @ 900 nm
800 mW @ 1000 nm
600 mW @ 1200 nm
500 mW @ 1300 nm
• A 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
• Compatibility with the Leica SP8 Microscope
Delivery Date
Contractor shall deliver and install all equipment within 60 days after receipt of order to National Institutes of Health, Building 10, Room 7C212, 10 Center Drive, Bethesda, MD, 20893.
Travel
Travel to the NIH is the sole responsibility of the contractor and service technicians will have to be cleared at the commercial vehicle inspection station on 9000 Rockville Pike, Bethesda, MD to gain access to the premises.
Contracting Officer's Representative (COR)
The following Contracting Officer's Representative (COR) will represent the Government for the purpose of this contract: TBD at time of award
FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition.
Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer.
FAR clause 52.212.-2, Evaluation - Commercial Items, is applicable to this requirement. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors including past performance considered. Offerors should include three (3) past performance references for equipment similar to what is described herein must be included with the quote.
Award Criteria - Selection of an Offeror for award will be based on the lowest priced technically acceptable offer. The evaluation for technically acceptable will be based on the demonstrated capabilities of the prospective contractors in relation to the needs of the project as set forth in the RFQ and all applicable attachments. The merits of each quote will be evaluated carefully, Each quote must document the feasibility of successful delivery of the requirements of the RFQ.
FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.
FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition.
The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product. 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.
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 by August 12, 2015, 12:00 pm EST and must reference number HHS-NIH-NIDA-(SSSA)-15-618. Responses may be submitted electronically to [email protected] or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), 31 Center Drive, Building 31, Room 1B59, Bethesda, Maryland 20892-2080, Attention: Andriani Buck. Fax responses will not be accepted.
Contact Andriani Buck at [email protected] for information regarding the solicitation.
Bid Protests Not Available