Federal Bid

Last Updated on 17 Jul 2019 at 8 AM
Combined Synopsis/Solicitation
Bayview Idaho

Zeiss LSM 900 +Airyscan2 and Cryo stage

Solicitation ID 75N95019Q00180
Posted Date 27 Jun 2019 at 7 PM
Archive Date 17 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute On Drug Abuse
Agency Department Of Health And Human Services
Location Bayview Idaho United states
NON-COMPETITIVE
COMBINED SYNOPSIS / SOLICITATION

Title: Zeiss LSM 900 +Airyscan2 and Cryo stage

(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 75N95019Q00180 and the solicitation is issued as a request for quotation (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; FAR Subpart 13.5- Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold.

THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).

The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of the National Institute on Aging (NIA), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to Carl Zeiss Microscopy, LLC, Thornwood, NY 10594-1939 for Zeiss LSM 900 +Airyscan2 and Cryo stage and other accessories.

This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items and FAR 13.501, Special Documentation Requirements, in accordance with 41 United States Code (U.S.C.) 1901.

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2019-01, with effective date January 22. 2019.

(iv) The associated NAICS code 334516 and the small business size standard $15.0 million. This requirement has no set-aside restrictions.

(v) This requirement is for a LSM 900 KMAT consisting of the following items:

 

Item Number 409000-9150-000 Axio Imager M2 Basis for LSM 900 Qty: 1
Item Number 409000-9250-000 Reflected-light FL BD set manual for Imager with LSM Qty: 1
Item Number 424200-9901-000 Condsr Achr Apl 0.9 H D Ph DIC Qty: 1
Item Number 409000-9035-000 Mechanical Stage 75x50 R basic Set LSM Qty: 1
Item Number 423052-9710-000 Solid-State Light Source Colibri 7, Type RGB-UV Qty: 1
Item Number 489090-9110-000 Filter Set 90 HE LED Qty: 1
Item Number 424931-0000-000 Reflector Module FL EC P&C Qty: 1
Item Number 42053-9072-000 Illuminator microLED Qty: 1
Item Number 000000-2259-981 Transmission Channel Qty: 1
Item Number 447230-9903-000 Switching Mirror for 2 Illuminators Qty: 1
Item Number 400102-9720-000 LSM 900 adapter kit Axio Imager Qty: 1
Item Number 400102-9011-000 LSM 900 MA-PMT scan detection module Qty: 1
Item Number 400102-9411-000 Add. Detector LSM 900 Airyscan 2 tpe 63x Qty: 1
Item Number 410136-1064-200 ZEN Module Airyscan Hardware License Key Qty: 1
Item Number 410136-1109-300 ZEN Module Airyscan 2 Multiplex Std. Qty: 1
Item Number 400102-9301-000 LSM 900 Laser Module LM URGB (D) Qty: 1
Item Number 410203-9911-000 Workstation Premium ZEISS 60 A Qty: 1
Item Number 000000-2307-671 System Configuration 5 image /OS ELYRA7 Qty: 1
Item Number 410380-0200-000 Language Pack English US Qty: 1
Item Number 400100-8630-000 Real Time Controller Imaging Systems Qty: 1
Item Number 410330-0400-000 Processor Intel Xeon Gold 5122 (hp Z6) Qty: 1
Item Number 410331-1800-000 Graphic Card NVIDIA Quadro P4000 8GB DP (O) Qty: 1
Item Number 410303-3204-000 Memory 32GB (1x32) DDR4-2666 (hpZ6) Qty: 6
Item Number 410350-2701-000 Monitor TFT 27" HP Z27n G2 (68 cm) (O) Qty: 1
Item Number 410135-1103-300 AEN 3.0 system US Qty: 1
Item Number 000000-1299-420 Fastening Kit for Axio Imager Qty: 1

Item Number 410891-1014-000 Examiner CryoStage for Corr Microscopy Qty: 1
Item Number 410136-1044-250 ZEN Software Driver Linkam HWL Qty: 1
Item Number 422492-9900-000 Objective LD EC EPN 100x/0.75 DIC WD+4.0 Qty: 1
Item Number 421350-9971-000 Objective LD PN 20x/0.4 Corr Qty: 1
Item Number 422330-9960-000 Objective EC EPN 5x/0.13 BD D=14.5 Qty: 1
Item Number 430704-9901-000 Stage Carrier Detachable for Axio Imager Qty: 1
Item Number 000000-2147-373 System Table, small, air damped, level Qty: 1

(vi) Generic Name of Product: Confocal and Super-resolution imaging for Cryo-EM
Salient Characteristics:
1. Must have exact compatibility of existing Zeiss XB550 FIB-SEM at the NIA with proposed hardware and software that will enable a workflow under cryogenic conditions. 2. Must be able to identify regions of interest on specimens and seamlessly transfer to the XB550 FIB-SEM for cryo-imaging.
3. Must be compatibility with ZEN Connect, a correlative platform on both the LSM 900 and the XB550, will enable navigating the FIB to specific regions, on a cryo TEM lamella preparation OR tissue in an HPF planchette that was previously imaged on the cryo LSM Confocal.
4. Must be able to incorporate cryo-LSM confocal data into the cryo-EM XB-550 that will permit the user to accurately target specific fluorescent events identified by CLEM on the NIA's Zeiss LSM 880. 
5. Must have Cryostage compatible with both confocal and XB550 FIB-SEM. 
6. Must be able to provide images with 1.7 times better that confocal resolution (in all three dimensions, XYZ) for each objective used.

 

(vii) The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date is 6 months after receipt of order (ARO). Delivery will be f.o.b. destination. The place of delivery and acceptance will be 251 Bayview Blvd, Baltimore, MD 21224-2816

(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 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018)
• FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018)
• 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). Addendum to this FAR clause applies to this acquisition and is attached.

 

 

The following provisions and clauses apply to this acquisition and are attached in full text:
• FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Oct 2018)
• NIH Invoice and Payment Provisions (2/2014)

 

 

(ix) (a) 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)].

 

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) 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. Addendum to this FAR clause applies to this acquisition and is attached.

(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 attached in full text.

(xiii) 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.

Respondents that believe that they are manufacturers or authorized resellers of the 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; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order.

 


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 quotations must be received by 4 p.m., Eastern Daylight/Standard Time, on July 19, 2019, and reference Solicitation Number 75N95019Q00180. Responses must be submitted electronically to Jon Gottschalk, Contracting Officer, [email protected].

Fax responses will not be accepted.

(xvi) The name and telephone number of the individual to contact for information regarding the solicitation: Jon Gottschalk, [email protected], 3014439456.

 

Bid Protests Not Available