This announcement constitutes the only solicitation; quotes are being requested and a written solicitation document will not be issued.
The Solicitation number is RFQ-NIAID-1919612 and the solicitation is issued as a Request for Quotes (RFQ).
The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99 -1 dated 16 JULY 2018.
The North American Industry Classification System code for this procurement is 423490 with a small business size standard of 500 employees.
The National Institute of Allergy and Infectious Diseases (NIAID), is seeking to purchase the items listed below. The acquisition is being competed as Brand Name requirement for use with existing software and/or systems compatible solely with Nikon. No other products or systems will be accepted.
Nikon Ti2-E Inverted Microscope (Primo Ready) and Laser is being requested in the Quantities, Catalog numbers, and Descriptions as described below:
Nikon Ti2-E Inverted Microscope (Primo Ready) - Demo Stock
QTY Part# Description
1 - MEA54000 TI2-E INVERTED MICROSCOPE MAIN BODY
1 - MEF55037 TI2-CTRE TI2-E CONTROLLER
1 - MXA22149 S-TI2-EXT EXTERNAL TRIGGER CABLE
1 - 97050 USB 2.0 A-B DEVICE CABLE 15'
1 - 79035 POWER CORD (LEAD FREE UL LISTED).
1 - MEB55830 TI2-T-BS S EYEPIECE TUBE BASE UNIT
1 - MEB52520 TC-T-ER ERGO BINOCULAR TUBE
2 - MAK10110 CFI 10X EYEPIECE F.N. 22MM-NC
1 - MEP59394 TI2-N-ND-P PERFECT FOCUS MOTOR NOSEPIECE
1 - MEE59920 TI2-D-PD DIASCOPIC ILLUMINATION PILLAR
1 - MEE55700 TI2-D-LHLED TRANSMITTED LED LAMP HOUSE
1 - MEL51005 TC-C-TC CONDENSER TURRET
1 - MEL56200 TI-C-LWD LWD LENS UNIT F/SYS COND TURRET
1 - MEH51200 TC-C-ML-PH2 LWD MODULE
1 - MED53210 TI2-LA-SUE TI2-E STAGE UP KIT
Fluorescence Module
QTY Part# Description
2 - MEV51030 TI2-F-FLT-E MOTORIZED EPI FLUOR TURRET
1 - MEE54860 TI2-LA-BF FIXED MAIN BRANCH
1 - MEE54730 TI2-LA-FLL EPI FL MODULE L FOV
1 - MEV50020 TI2-F-FSC CIRCLE FILED STOP SLIDER
1 - 96362 C-FL GFP HC HISN ZERO SHIFT
1 - 96365 C-FL TEXAS RED HC HISN ZERO SHIFT
1 - 77060075 SOLA SM II 365 LIGHT ENGINE
1 - 77060021 LUMENCOR LIQUID LIGHT GUIDE; 3MM, 2M VIS
CFI objectives
QTY Part# Description
1 - MRH00101 CFI PLAN FLUOR 10X NA 0.3 WD 16MM
1 - MRH08230 CFI SUPER PLAN FLUOR ELWD 20XC
1 MRD73950 CFI SR HP PLAN APO LAMBDA S 100X C SIL
1 MXA22179 30CC SILICONE IMMERSION OIL
LUN-F laser launch
QTY Part# Description
1 - 77097024 LUNF 488/561/640 NM 1F
1 - 77013240 NIIPXI-1033 CONTROLLER
1 - 77013241 NII PXI 6723 DAQ
1 - 77013226 NI BNC-2110 SHIELDED BREAK OUT BOX
1 - 77013235 BNC CONNECT BLK F/NI6723 W/24 AO BNC CON
1 - 77013227 NI SHC68-68-EPM SHIELDED CABLE
NIS Elements
QTY Part# Description
1 - MQS31000 NIS-ELEMENTS AR
1 - MQS42560 ELEMENTS: 6D IMAGING
1 - MQS41100 NIS ELEMENTS DRIVER FOR MOTORIZED STAGES
1 - MQS41220 ELEMENTS: SUTTER/UNIBLITZ FILTRWHL+SHUTR
1 - MQS41320 ELEMENTS:PRIOR/MAERZHAUSER/RFA/PI-PIEZO
1 - MQS41930 NIS-ELEMENTS: WAVELENGTH SWITCHER
1 - MQS41950 NIS-ELEMENTS MODULE: YOKOGAWA CSU-X1
1 - MQS42780 NIS-ELEMENTS: TRIGGERED DEVICE CONTROL
Offeror's DUNS number must be present on the quotation.
Applicable GSA items must be identified in the Offeror's Quote
Applicable shipping charges must be represented in the Offeror's Quote
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 the best value to the government. Availability of product, price, delivery schedule, warranty, and performance history of offeror will be considered in the awaerd decision.
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 (Nov 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. (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record)
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 2018)
FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation (Nov 2015)
The applicable subparagraphs of FAR 52.212-5 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 aforementioned provisions and clauses are available from http://www.acquisition.gov/far.
The government intends to award a purchase order by September 24, 2018 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 should 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:"
(Quotes shall list exception(s) and rationale for the exception(s).)
All responsible small business sources may submit an offer that will be considered by this Agency. Submission shall be received not later than 5:00pm Eastern Time September 14, 2018.
Offers should be e-mailed to LaDonna Stewart @ [email protected] by the response due date and time. Email responses should reference NIAID-RFQ-1919612 in the subject line.
Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f)
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to LaDonna Stewart at [email protected] no later than 5:00 pm Eastern time on September 12, 2018. Questions submitted after this time may not receive a response by the solicitation closing due date and time.