Search Contract Opportunities

Zeiss Volutome Serial Blockface Scanning Electron Microscope or Equivalent   2

ID: 75N95024Q00320 • Type: Synopsis Solicitation

Description

(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 75N95024Q00320 and the solicitation is issued as a request for quotation (RFQ).

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2024-05, with effective date 5/22/2024.

(iv) The associated NAICS code is 334516 and the small business size standard is 1,000 employees. This requirement is full and open with no set-aside restrictions

(v) This requirement is for the following brand name or equal items:

1. Basic Unit Sigma 360 VP No Stage - Qty(1)

2. SEM Workstation Kit Enhanced - Qty(1)

3. 24"-monitor kit - Qty(2)

4. Dual Monitor Holder, horizontal - Qty(1)

5. Keyboard and Mouse Kit - Wireless (US) - Qty(1)

6. Control panel w/rotary controls -US - Qty(1)

7. Styled Dual Joystick Controller - Qty(1)

8. ZEISS Predictive Service Remote Monitor - Qty(1)

9. User manual EN (English) - Qty(1)

10. VolumeBSD Detector - Qty(1)

11. Variable Pressure SE Detector - Qty(1)

12. Volutome for Sigma 360 - Qty(1)

13. Volutome Focal Charge Compensation - Qty(1)

14. Volutome Diamond Knife 1,5mm - Qty(1)

15. Volutome Diamond Knife 2,5mm - Qty(1)

16. SW ZEN Module Volutome DLic - Qty(1)

17. SW ZEN core EM 3.8 DLic - Qty(1)

18. SW ZEN Module Automated Imaging DLic - Qty(1)

19. SW arivis Pro pack f/Volutome Lic - Qty(1)

20. Plasma Cleaner E50 72 Kit - Qty(1)

21. OptiProbe Software License - Qty(1)

22. Dry Vacuum Pump Kit w/HiScroll12 - Qty(1)

23. Quiet Mode Kit - Qty(1)

24. Chiller water-cooled - Qty(1)

25. Compressor PT24 110V 60Hz US version - Qty(1)

26. UPS Eaton 9SX6KI 230V CE0 - Qty(1)

27. Herzan AVI 400-EM2-LP - Qty(1)

28. Herzan Low Frequency Sensor LFS-3 - Qty(1)

29. Herzan Installation - Qty(1)

30. FE-SEM 2-Day Onsite Training - Qty(1)

31. Volutome 3-Day Onsite Training - Qty(1)

Salient characteristics:

Easy setup and alignment of the specimen to the knife

Dedicated solution for charge compensation to dispel image distortion fields

Acquisition of multiple xROI (Exact Region of Interest) End-to End

Workflow from Acquisition to Visualization to Segmentation and Analysis.

Direct Processing (stitching & Z-stack alignment)

Stage door solution for stable long-term experiments

No third-party components to the microscope or software workflow

Vibration Platform

Built in image alignment and segmentation software included for the first year

(vi) The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date is within sixty (60) days 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.

(vii) 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 (Aug 2020)
  • FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders Representation and Disclosures (Dec 2023)
  • FAR 52.211-6, Brand Name or Equal (Aug 1999)
  • FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023)
  • FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2024)
  • 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 (Aug 2020)
  • FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Nov 2023).
  • HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)
  • HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015)

The following provisions and clauses apply to this acquisition and are attached in full text. Offerors MUST complete the provisions below and submit completed copies as separate documents with their proposal.

  • FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
  • FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)
  • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (May 2024)
  • FAR 52.225-6, Trade Agreements Certificate (Feb 2021)
  • NIH Invoice and Payment Provisions

(viii) The provision at FAR clause 52.212-2, Evaluation Commercial Products and Commercial Services (Nov 2021), applies to this acquisition.

(a) 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 considered. The following factors shall be used to evaluate offers: (i) technical capability (ii) price; (iii) past performance [see FAR 13.106-2(b)(3)]

Technical and past performance, when combined, are significantly more important than cost or price.

(b) 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.

(ix) Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services (Feb 2024), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer.

(x) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.

(xi) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.

(xii) 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 proposing on an equal product 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 Unique Entity ID from SAM.gov, 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 4:00 p.m., Eastern Standard Time, on August 14, 2024, and reference Solicitation Number 75N95024Q00320 . Responses must be submitted electronically to Eric McKay, Contracting Officer, at eric.mckay@nih.gov.

Fax responses will not be accepted.

Overview

Response Deadline
Aug. 14, 2024, 4:00 p.m. EDT Past Due
Posted
July 31, 2024, 1:58 p.m. EDT
Set Aside
None
Place of Performance
Baltimore, MD 21224 United States
Source
SAM

Current SBA Size Standard
1000 Employees
Pricing
Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
On 7/31/24 National Institute on Aging issued Synopsis Solicitation 75N95024Q00320 for Zeiss Volutome Serial Blockface Scanning Electron Microscope or Equivalent due 8/14/24. The opportunity was issued full & open with NAICS 334516 and PSC 6640.
Primary Contact
Name
ERIC MCKAY   Profile
Phone
(301) 480-2406

Documents

Posted documents for Synopsis Solicitation 75N95024Q00320

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 75N95024Q00320

Contract Awards

Prime contracts awarded through Synopsis Solicitation 75N95024Q00320

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 75N95024Q00320

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 75N95024Q00320

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 75N95024Q00320

Additional Details

Source Agency Hierarchy
HEALTH AND HUMAN SERVICES, DEPARTMENT OF > NATIONAL INSTITUTES OF HEALTH > NATIONAL INSTITUTES OF HEALTH NIA
FPDS Organization Code
7529-75N95D
Source Organization Code
100189052
Last Updated
Aug. 29, 2024
Last Updated By
eric.mckay@nih.gov
Archive Date
Aug. 29, 2024