Montana Bids > Bid Detail

Transmission Electron Microscopes

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159033031624868
Posted Date: Apr 3, 2023
Due Date: Apr 10, 2023
Solicitation No: NIAID-RFQ-23-2160376
Source: https://sam.gov/opp/b4ab322925...
Follow
Transmission Electron Microscopes
Active
Contract Opportunity
Notice ID
NIAID-RFQ-23-2160376
Related Notice
NIAID-SS-23-2160376
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NIAID
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 03, 2023 04:05 pm EDT
  • Original Date Offers Due: Apr 10, 2023 04:30 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 25, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6650 - OPTICAL INSTRUMENTS, TEST EQUIPMENT, COMPONENTS AND ACCESSORIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Hamilton , MT 59840
    USA
Description

This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6 “Streamlined Procedures for Evaluation and Solicitation for Commercial Items”, as applicable, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; (a written solicitation will not be issued) and quotes are being requested. The solicitation number is RFQ-NIAID-23-2160376 and the solicitation is issued as a Request for Quotes (RFQ).



This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures, FAR Subpart 13.5 – Simplified Procedures for Certain Commercial Items. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-02 Effective March 16, 2023.



The North American Industry Classification System (NAICS) code for this procurement is 334516- Analytical Laboratory Instrument Manufacturing with a small business size standard of 1,000 in employees. This requirement is not set-aside for small business. The Government anticipates making a single award Firm Fixed Price (FFP) order.



STATEMENT OF NEED



The proposed purchase is for Brand Name or Equal products/services.



The National Institute of Allergy and Infectious Diseases (NIAID), Research Technologies Branch (RTB) is seeking to acquire two Thermo Scientific Talos 120 kV or equal transmission electron microscopes for performance across a wide range of applications, such as 2D and 3D imaging of cells, cell organelles, and soft materials, both at ambient and cryogenic (liquid-nitrogen) temperatures. The brand name and part numbers for the products/services are provided in full detail in the attached Bill of Materials (BOM). Quoters shall be an authorized reseller for transmission electron microscopes brand name or equal products/services.



Specifically, NIAID, RTB is seeking two transmission electron microscopes that must include all components and camera system requirements listed below. To be considered for award, vendor quoting “equal” products/services, including “equal” products/services of the brand-name manufacturer, must meet the following minimum requirements/specifications:




  1. The new microscopes must have dedicated tomography and single particle software embedded in the system.

  2. One microscope requires a cryo- stage for operations under cryo-conditions.

  3. All parts must be run by fully integrated software for unified single particle acquisition compatible with existing software on platforms already in use by the EM unit either EPU or SerialEM.

  4. NIAID highly prefers that all hardware and software components of the microscope to be serviced by the microscope manufacturer.

  5. The installation material, labor and training must be included with the microscopes. The training should be a minimum of one (1) day on-site with an application specialist for up to six microscopists.

  6. One microscope must provide performance access for a wide range of applications, including 2D and data collection for 3D imaging and reconstruction of cells, cell organelles, bacteria and viruses, both at ambient and cryogenic (liquid-nitrogen temperatures.

  7. The microscopes software must automatically recall all optimized operating conditions, including lens settings, gun parameters, optical alignments and aperture alignments for the instrument and the different techniques such as TEM and low-dose under variable accelerating voltages.

  8. The microscope should have a retractable CMOS camera with a minimum of 4k x 4k pixels.

  9. The camera should come fully integrated with the microscope.

  10. The microscope must include a column that has an oil-free vacuum system, that has the ability to switch between high contrast and high-resolution modes, a high-speed, digital search-and-view camera, a pneumatically driven beam stop for diffraction work, Automated condenser and objective apertures.

  11. The microscope should be able toggle between both High Contrast (HC) and High Resolution (HR) imaging modes.

  12. The TEM line resolution should be less than 0.204 nm without dark-field in both x and y directions to provide highest level of resolution for a 120 kV scopes for low voltage single particle data collection.

  13. The stage should be fully motorized with all four axes, XYZ and alpha tilt, with accurate specimen position recall and easy retrieval.

  14. The specimen tilt angle should go to +/- 75 degrees minimal.

  15. The microscope should have the capability to be operated remotely.

  16. The microscope should have a secure remote access facility that would facilitate remote diagnosis by the microscope service engineers.

  17. Embedded software that facilitates identification of ROI for specialized techniques such as correlative light and electron microscopy (CLEM).

  18. There should be a quick recovery time after specimen holder insertion less than 2 minutes for room temperature specimens.

  19. The microscope room available for installation shares an exterior wall. This makes it harder to control the temperature fluctuations in that room. It would be desirable to have a microscope that has some means of buffering it from these temperature fluctuations.



TRADE-INS



Vendor may include a trade-in offer for the following microscopes:



RML Microscope



NIH Decal # 01740231



Manufacturer: FEI



Model # BIOTWIN



Serial Number: 12TN131BD1125



Estimated Depreciated Value: $118,438.22



Bethesda Microscope



NIH Decal # 01794949



Manufacturer: FEI



Model # TECNAIG2SPIRIT



Serial Number: D1153



Estimated Depreciated Value: $153,595.84



Trade-in offer shall be a separate line on the quote and indicate the discount and/or value offered. If a trade-in offer is accepted, the successful vendor is responsible for removing the trade-in items. Payment will be withheld from the vendor until pickup of trade-in item(s) is complete.



PERIOD OF PERFORMANCE



Delivery of equipment is needed as soon as possible. Estimated completion for the delivery of equipment is 36 weeks upon Vendor’s receipt of the purchase order – estimated January 31, 2024. The total estimated period of performance is April 14, 2023 – April 13, 2024.



SHIPPING/DELIVERY INSTRUCTIONS



Delivery location is FOB Destination: Rocky Mountain Labs 903 South 4TH Street Hamilton, MT 59840, and 33 North Drive, Room BE11 Bethesda, MD 20892. All equipment delivered shall contain a Packing Slip.



INSTRUCTIONS



All interested vendors shall provide a quote for the requirement as outlined above. All quotes shall include price(s) (unit price, extended price, total price); shipping fees; trade-in offer if applicable; manufacturing country of origin of the products, including components; documentation demonstrating vendor is either the manufacturer or authorized distributor/reseller of the product(s); estimated date of delivery; point of contact: name, phone number & email; UEI#; Cage Code; business size under NAICS 334516; and payment terms. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. The Government may evaluate only those quotes that fully meet the requirements as outlined above and respond to the solicitation instructions and requirements. Failure to furnish a full and complete quote as instructed may result in the Quoter’s response being considered non-responsive and will therefore be eliminated from further consideration and award.



If providing an equal product(s)/services(s), please supply descriptive data for evaluation purposes to determine the validity of how it is an EQUAL. The following FAR provision applies to this a solicitation 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.



(End of provision)



Quotes are due by 4:30 PM EST on April 10, 2023. Quotes must be emailed to Hershea Vance, Contract Specialist, at hershea.vance@nih.gov. Late quotes will not be considered. All responsible sources may submit an offer that will be considered by this Agency. Any questions or concerns regarding this combined synopsis/solicitation should be emailed by April 7, 2023 at 11:30 am to hershea.vance@nih.gov.



EVALUATION



NIAID will evaluate quotes to determine the best value to the government. NIAID will make that determination based on technical acceptability, past performance, and price. NIAID will evaluate past performance and price only for those quotes which are rated as technically acceptable. In the event quotes are evaluated as technically equal, past performance, and price will become major considerations in selecting the successful Quoter.



SPECIAL NOTICE TO QUOTERS



Quoters are advised that the Government may share your information with non-government personnel who are assisting with the evaluation of quotes. The exclusive responsibility for source selection will reside with the Government. By submitting your quote, you will be consenting to disclosure of your quote to non-government personnel for purposes of evaluation.



ELECTRONIC INVOICING



The successful vendor may submit an invoice once a shipment is delivered. NIAID will only accept invoices for completed services and units that have been delivered to NIAID.



NIH is using a phased transition approach from the NIH Office of Financial Management (OFM) Electronic Invoice Submission instructions to the Department of Treasury’s Invoice Processing Platform (IPP). For contractors that have transitioned to IPP, the Contractor must submit invoices to the Department of Treasury's Invoice Processing Platform (IPP) at https://www.ipp.gov. For contractors that have not transitioned to IPP, the Contractor shall submit invoices to the National Institutes of Health (NIH)/Office of Financial Management (OFM) via email at invoicing@nih.gov with a copy to the approving official until the Contractor has been notified of its transition to IPP.



PROVISIONS AND CLAUSES



FAR 52.252-21 Solicitation Provisions Incorporated by Reference (Feb 1998)



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 this/these address(es): https://www.acquistion.gov/



FAR 52.203-18 - Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements – Representations (Jan 2017)



FAR 52.204-7 - System for Award Management (Oct 2018)



FAR 52.204-16 - Commercial and Government Entity Code Reporting (Aug 2020)



FAR 52.204-24 - 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 52.209-7 - Information Regarding Responsibility Matters (Oct 2018)



FAR 52.211-6 - Brand Name or Equal (Aug 1999)



FAR 52.212-1 - Instructions to Offerors – Commercial Products and Commercial Services (Mar 2023)



FAR 52.212-3 - Offeror Representations and Certification – Commercial Products and Commercial Services (Dec 2022)



FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998)



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 this/these address(es): https://www.acquistion.gov/



FAR 52.204-13 System for Award Management Maintenance (Oct 2018)



FAR 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020)



FAR 52.204-21 - Basic Safeguarding of Covered Contractor Information Systems (Nov 2021)



FAR 52.212-4 - Contract Terms and Conditions – Commercial Products and Commercial Services (Dec 2022)



By reference the Department of Health and Human Services Acquisition Regulation (HHSAR) provisions and clauses that are applicable to this requirement. Copies are available from http://www.hhs.gov/policies/hhsar/:



Provisions



HHSAR 352.239-73 Electronic and Information Technology Accessibility Notice (December 18, 2015)



Clauses



HHSAR 352.203-70 Anti-lobbying (December 18, 2015)



HHSAR 352.208-70 Printing and Duplication (December 18, 2015)



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)



By full text the Department of Health and Human Services Acquisition Regulation (HHSAR):



HHSAR 352.232-71 - Electronic Submission of Payment Requests (February 2, 2022)



The following additional clauses are applicable to this requirement and provided in full text as Attachments:



FAR 52.212-5 - Contract Terms and Conditions Required to Implement Status or Executive Orders – Commercial Products and Commercial Services (Mar 2023)



LIST OF ATTACHMENTS



Attachment 1 – Bill of Materials (BOM)



Attachment 2 -Full Text Clauses






Attachments/Links
Contact Information
Contracting Office Address
  • 5601 FISHERS LANE, SUITE 3D11
  • BETHESDA , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >