United States - Broad Wavelength Range Pulse Laser System

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
30 July 2019
Opportunity publication date
23 July 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jul 22, 2019 9:06 am

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. NIMH-19-005102 includes all applicable provisions and clauses in effect through FAR Federal Acquisition Circular (FAC) 2019-3 effective July 12, 2019 simplified procedures for commercial items. This acquisition will be conducted under the procedures for acquiring commercial items authorized in FAR Part 12 and under the authority to use simplified procedures for commercial requirements as provided in FAR 13.501.

This requirement is assigned North American Industry Classification System (NAICS) code 334516, Analytical Laboratory Instrument Manufacturing, with a size standard of 1000 Employees is being considered.
Only one award will be made because of this solicitation. This will be awarded as a firm fixed price type contract.
BACKGROUND
The NIMH is the Federal agency responsible for conducting and supporting research on the brain and mental disorders. This research brings hope and effective treatments to the millions of people who suffer from mental disorders, which also benefit their families and friends. Thus, communicating research through distribution of NIMH printed materials provides information to the public and to the professionals who provide for their care.
The Section on Critical Brain Dynamics, NIMH requires a pulsed-laser for their 2-photon imaging needs to cover a broad range of wavelengths (~600 - 1300 nm). The availability of a broad wavelength range for imaging will allow to combine their imaging technology with new laser stimulation technology (optogenetics) to make the best use of recently developed modern fluorescent probes for neuroscience research.
The laser required for 2-photon imaging needs to cover a much broader range of wavelengths due to the availability of new, modern fluorescence molecules/probes. Specifically, the lab needs to be able to excite probes in the short wavelength range of ~800 nm as well as the long wavelength range of up to 1300 nm. The new laser in addition will cover the long wavelength range. By being able to cover a broad wavelength range for imaging, the Plenz lab will be able to combine 2-photon imaging with the most efficient fluorescent probes available to date providing needed flexibility in experimental designs for their experiments and their optical stimulation techniques. Therefore, a Coherent Chameleon Discovery System or "equal" is required to cover the broad wavelength range needed for imaging.
The U.S. Department of Health and Human Services, National Institutes of Health, National Institute of Mental Health (NIMH), plans to procure the following pulse laser or "equal" pulse laser:
1. Chameleon Discovery System with Part Number 1323389;
The salient characteristics that apply to this acquisition are as follows:
The pulse laser system must have the following characteristics:
1. High power, dual output tunable femtosecond laser system for multiphoton microscopy, non-linear optics and ultrafast spectroscopy.
2. Totally automated for hands free operation, Chameleon Discovery delivers highpeak power right to the sample plane using built in dispersion precompensation for the tunable output. The combination of short pulses (100fs at 900nm), high average power (>1400mW at 900nm) and widest tuning range (660-1320nm) gives brighter and deeper images for in-vivo imaging applications.
3. A second output at 1040nm, with high power (>3500mW) and short pulses (140fs) further enables multimodal capability for dual color excitation and activation of optogenetics probes. The two outputs are phase locked, enabling techniques such as CARS, SRS and 2P wavelength mixing.
4. Chameleon Discovery is controlled via an intuitive graphical user interface (GUI), installable on any WindowsTM PC system. Alternatively the system can be controlled direct via the RS232 or USB interface located on the rear of the laser head.
5. The system is designed to exacting industrial standards, using HASS and HALT methodologies. This ensures highest system lifetime and performance over the widest range of operating conditions.
Requiring only single-phase AC power and operating for thousands of hours without maintenance, the system includes:
a. Compact laser head with integrated dispersion precompensation and light loop power control for excellent long term stability
b. Power supply unit with shutter control and interlocks
c. Closed-loop water chiller.
d. MRU-X1 closed-loop air re-circulator, ensuring clean integrity of the ultrafast laser cavity
e. Secure remote service capability included with system warranty to optimise system uptime, productivity and performance.
Quantity: 1 Pulse Laser
Delivery Date: November 01, 2019
PAYMENT
Payment shall be made upon the delivery and acceptance of all required items in accordance with the Prompt Payment Act.
DELIVERY / INSTALLATION
The Contractor shall deliver and install the required item(s) within 30 days of purchase order award to the following location:
National Institutes of Health
BG 49 RM 3A11, MSC 4460
49 Convent Dr.
Bethesda, MD 20892-4460
CONTRACT CLAUSES/PROVISIONS
The following Federal Acquisition Regulation and Health & Human Services Acquisition
Regulation Provisions/Clauses apply to this acquisition:
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): http://www.acquisition.gov/far/ and/or http://www.hhs.gov/policies/hhsar/.
Clause No. Title
FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (OCT 2018
FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (OCT 2018)
FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (OCT 2018)
FAR 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 52.204-10 Reporting Executive Compensation and First Tier Subcontract
Awards
FAR Clause 52.209-6 Protecting the Government's Interest When Subcontracting with
Contractors Debarred, Suspended, or Proposed for Debarment
FAR Clause 52.209-9 Updates of Publicly Available Information Regarding
Responsibility
FAR Clause 52.219-28 Post Award Small Business Program Representation
FAR Clause 52.222-3 Convict Labor
FAR Clause 52.222-19 Child Labor-Cooperation with Authorities and Remedies
FAR Clause 52.222-21 Prohibition of Segregated Facilities
FAR Clause 52.222-26 Equal Opportunity
FAR Clause 52.222-36 Affirmative Action for Workers with Disabilities
FAR Clause 52.222-40 Notification of Employee Rights Concerning Payment of Union
Dues or Fees
FAR Clause 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while
Driving
FAR Clause 52.225-3 Buy American Act -Free Trade Agreements - Israeli Trade
Act
FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases
Far Clause 52.232-33 Payment by Electronic Funds Transfer-System for Award
Management
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 modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.
(c) The Contracting Officer will evaluate "equal" products based on 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.
SUBMISSION INFORMATION
Proposals 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 valid certification in the System for Award Management (SAM) at www.sam.gov.
All responses must be received by 2:00 P.M., Eastern Standard Time, on July 30, 2019, and reference number NIMH-19-005102. Responses must be submitted electronically via electronic mail at robin.knightly@nih.gov and valerie.whipple@nih.gov .
Fax responses will not be accepted.
EVALUATION
The award decision will be based on a Lowest Price Technically Acceptable (LPTA) determination. In order to be acceptable, the product must meet all the salient characteristics listed. Award will be made on all or none basis. If you are providing an "equal" product, you must submit additional documentation that highlights and describes how your offering is equal in accordance with FAR Clause 52.211-6.
PRICE PROPOSAL
The Offeror shall prepare a price proposal that contains all information necessary to allow for a comprehensive evaluation of the prices quoted. Specifically, your quote must include the following: Federal Tax Identification Number (TIN); Data Universal Numbering System (DUNS) Number; and Business Size (e.g., small or large).

Contracting Office Address:
6001 Executive Boulevard
Room 8158,
Rockville, Maryland 20852
United States
Primary Point of Contact.:
Robin Knightly
Contract Specialist
robin.knightly@nih.gov
Phone: 301-827-5302
Secondary Point of Contact:
Valerie Whipple,
Contracting Officer
valerie.whipple@nih.gov
Phone: 301-827-5218

Opportunity closing date
30 July 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Health and Human Services National Institute on Drug Abuse United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?