Document Type: Combined Synopsis / Solicitation Notice
Solicitation Number: 75N91019Q00051
Proposed Posted Date: 5/20/2019
Proposed Response Date: 5/30/2019
Classification Code: 66 - Instruments and laboratory equipment
NAICS Code: 334516 - Analytical Laboratory Instrument Manufacturing
Business Size Standard: 1000 Employees
Contracting Office Address
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E122, Bethesda, MD 20892, UNITED STATES.
Non-USPS mail such as Fedex UPS and other private carriers please use Rockville, MD 20850.
The National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Cellular and Molecular Biology (LCMB) would like to procure a Brand Name or Equal Nikon multi-camera X1-based spinning disk confocal microscope system.
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. 75N91019Q00051 includes all applicable provisions and clauses in effect through FAR FAC 2019-02 (MAY 2019) simplified procedures for commercial items.
The North American Industry Classification System code is 334516 and the business size standard is 1000 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
The following product features/characteristics are required for this requirement:
1. Eclipse Ti2-E inverted microscope with PFS 4, motorized stage and Z piezo including all needed optical components, cords and hardware.
2. Epifluorescence components kit including SOLA SE II 365 Light Engine, filters and dichroic mirrors.
3. CFI60 Plan Apochromat Lambda 10x Objective Lens, N.A. 0.45, W.D. 4.0mm, F.O.V.
25mm, DIC, Spring Loaded.
4. CFI60 Plan Apochromat Lambda 20x Objective Lens, N.A. 0.75, W.D. 1.0mm, F.O.V.
25mm, DIC, Spring Loaded.
5. CFI60 Plan Apochromat Lambda 40x Oil Immersion Objective Lens, N.A. 1.3, W.D. 0.2mm, F.O.V. 25mm, DIC, Spring Loaded.
6. CFI60 Plan Apochromat Lambda S 60x Oil Immersion Objective Lens, N.A. 1.4, W.D. 0.12mm, F.O.V. 22mm, DIC, Spring Loaded.
7. CFI60 Plan Apochromat TIRF 100x Oil Immersion Objective Lens, N.A. 1.49, W.D. 0.12mm, F.O.V. 22mm, DIC, Spring Loaded.
8. CFI60 Plan Apochromat Lambda S 100x Silicone Immersion Objective Lens, N.A. 1.35,
W.D. 0.3mm, F.O.V. 22mm, DIC, Correction Collar 0.15-0.19mm.
9. DIC optical components, cubes, turrets and condenser elements for all objectives.
10. CSU-X1 with 7-line laser combiner along with needed dichroic mirrors, filters, adapters and controllers.
11. LUNV Laser Unit with alignment-free beam combiner and AOTF modulation (laser lines 405nm(20mw)/ 445nm(20mw)/ 488nm(20mw)/515nm(20mw)/ 561nm(20mw)/ 594nm(20mw)/ 640nm(40mw) with 2 single mode optical fiber outputs, along with all required fiber optic cables, controllers, filters and connectors.
12. Three (3) ORCA-Flash4.0 V3 sCMOS Camera with 82% High Quantum Efficiency and multi-camera emission splitter, with all associated optical elements including cables, mounts, adapters, filters, dichoroic mirrors and holders.
13. Photometrics Prime 95B Back-illuminated sCMOS Camera with W-View Gemini Image Splitter and all associated components, filters and dichroic mirrors.
14. Advanced Biosystems Workstation - HP Z840 featuring dual Intel Xeon 2.6GHz processors (8 cores total), 128GB DDR4 2400 Mhz RAM, GTX 1080 8GBGDDR5X GPU,512GB Turbo SSD for OS, 4TB (2GBx2 Raid 0) data storage, 2xGb LAN ethernet, 8x USB3 and 2x USB2 ports, keyboard and optical mouse. Windows 10 64-bit Professional. Must include a minimum of three (3) years warranty for parts, labor, and service. All connectors for computer and devices.
15. 30" LED Backlit IPS monitor with height, swivel, and tilt adjustment. Connects to PC by VGA, Display Port, DVI-D, HDMI. 178° viewing angle,2560x1600. Must include a minimum of three (3) years parts, labor, and on-site service warranty.
16. NIS-Elements,6D imaging acquisition module, JOBS acquisition module, hardware modules, device control modules, Triple/quad camera module, Advanced analysis package for large number of objects, cables and connectors.
17. Device Control for Externally Triggering a Device Through a Camera and Device control for of Sutter DG4/5, AOTF, Agilent, Lumencor SpectraX, Spinning Disk and others.
18. DMD module with multi-line LED source.
19. Galvo-based FRAP/photoactivation device and 405 nm laser, mounts and connectors.
20. Tokai Hit STXG Incubation system for wellplates, slides and dishes with magnetic
sample holder inserts, temperature controller and built-in digital gas mixer.
21. Installation and training of users.
22. Must include a minimum of 12-month warranty for main components and part, unless indicated otherwise.
23. Shipping charges must be included in the quote. NCI will not be responsible in the event charges are not included in the quote.
Note: NCI plans to award a contract that has FOB origin delivery terms.
II. Delivery: Contractor shall deliver the item(s) within 6 weeks after award to: NIH/NCI Bethesda, Maryland 20892. The Contractor that receives the award will be provided with the complete mailing address and technical point of contact (TPC). Upon award, contractor must notify the NCI TPC to schedule the delivery.
III. Payment: Payment shall be made after delivery and acceptance by the Technical Point of Contact. Payment authorization requires submission and approval of invoice by the NCI COR and NIH Commercial Accounts.
PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition:
FAR 52.211-6 Brand Name or Equal. (Aug 1999)
(a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation
(b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-
(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;
(2) Clearly identify the item by-
(i) Brand name, if any; and
(ii) Make or model number;
(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
(4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications
(c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer
(d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.
52.212-1 Instructions to Offerors Commercial Items (OCT 2018);
52.212-2 Evaluation Commercial Items (OCT 2014):
The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the quote. The Government reserves the right to make an award without discussions.
FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- (Nov 2017) WITH DUNS NUMBER ADDENDUM {52.204-6 (Oct 2018)};
FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (OCT 2018);
FAR Clause 52.212-5: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JAN 2019). 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 (Sept 2006)
FAR Clause 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018)
FAR Clause 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015)
FAR Clause 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014)
FAR Clause 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644)
FAR Clause 52.219-28, Post Award Small Business Program Representation (Jul 2013)
FAR Clause 52.222-3, Convict Labor (June 2003)
FAR Clause 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2018)
FAR Clause 52.222-21, Prohibition of Segregated Facilities (Apr 2015)
FAR Clause 52.222-26, Equal Opportunity (Sep 2016)
FAR Clause 52.222-35, Equal Opportunity for Veterans (Oct 2015)
FAR Clause 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014)
FAR Clause 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)
FAR Clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
FAR Clause 52.225-1, Buy American Act--Supplies (May 2014)
FAR Clause 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014)
Alternate II (May 2014) of 52.225-3
FAR Clause 52.225-13, Restrictions on Certain Foreign Purchases (June 2008)
FAR Clause 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (OCT 2018)
Full text copies of the representations and certifications for other cited provisions and clauses may be obtained online at the NCI website at http://ncioa.cancer.gov/oa-internet/ or from David Romley, 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 Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA) through www.sam.gov.
Offerors providing an "equal" product must submit additional documentation that highlights and describes how the offer is equal in accordance with FAR Clause 52.211-6.
Quotations must be received in the NCI-OA Contracting Office no later than 12:00 p.m. EST on May 30, 2019. Please refer to solicitation number 75N91019Q00051 on all correspondence. Faxed quotations will NOT be accepted. Quotations may be submitted via email to David Romley, Contract Specialist at [email protected].
All questions shall be in writing and may be addressed to the aforementioned individual noted above. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management through sam.gov.