Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2021 SAM #7027
MODIFICATION

66 -- Digital Slide Scanner

Notice Date
2/22/2021 8:09:53 AM
 
Notice Type
Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95021Q00049
 
Response Due
2/26/2021 12:00:00 PM
 
Archive Date
03/13/2021
 
Point of Contact
Jeanette Russell, Phone: (301) 827-5140
 
E-Mail Address
jeanette.russell@nih.gov
(jeanette.russell@nih.gov)
 
Description
NON-COMPETITIVE COMBINED SYNOPSIS / SOLICITATION Title: Digital Slide Scanner (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 75N95021Q00049 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures; FAR Subpart 13.5� Simplified Procedures for Certain Commercial Items; and FAR Part 12�Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold.� THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).� The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of the National Institute on Aging (NIA), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to Hamamatsu Corporation at 360 Foothill Road, Bridgewater, NJ 08807-0910 for a Digital Slide Scanner. This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR Subpart 13.5�Simplified Procedures for Certain Commercial Items and FAR 13.501, Special Documentation Requirements, in accordance with 41 United States Code (U.S.C.) 1901. Pursuant to FAR Subpart 13.501(a)(1)(iv) the brand-name justification is made publicly available as an attachment with this solicitation. The rationale for the brand-name justification is to ensure the continuity of on-going research experiments. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number �2021-03, with effective date �February 16, 2021. �(iv)����� The associated NAICS code 334516 and the small business size standard is 1,000 employees. This requirement has no set-aside restrictions. (v)������� This requirement is for the following item: Digital Slide Scanner, NanoZoomer SQ Brightfield Slide Scanning System (vi)������ All deliverables required under this contract shall be packaged, marked and shipped in accordance with Government specifications. At a minimum, all deliverables shall be marked with the contract number and Contractor name. The Contractor shall guarantee that all required materials shall be delivered in immediate usable and acceptable condition. Vendor must be able to provide these salient characteristics: Scanning speeds for 20� mode (15 mm � 15 mm): Approximately 150 seconds Scanning speeds: 40� mode (15 mm � 15 mm): Approximately 275 seconds Objective lens: 20� (NA 0.75), which allows the user to select 20� or 40� mode at start of scanning Compatible glass slide: 26 mm � 76 mm Thickness of specimen:� 0.9 mm to 1.2 mm Slide load capability (standard size slide): 1 slide Scanning resolution: 20� mode - 0.46 ?m/pixel Scanning resolution: 40� mode - 0.23 ?m/pixel Focusing method: Pre-focus map Z-stack feature is included in the system Barcode reader 1D barcode is the standard feature with 2D barcode as an option Slide format data: JPEG compressed image including slide information Power supply voltage is AC100 V to AC240 V Power consumption is approximately 72 VA � Additionally, the product must include a supporting computer and monitor with the following features: Dell Precision 5820 Tower XCTO Base Dell Precision 5820 Tower 425W Chassis CPU: Intel Xeon W-2125 (4.0GHz, 4.5GHz Turbo, 4C,) Cache: 8.25MB, HT, (120W) DDR4-2666 Windows 10 Pro for Workstations (up to 4 Cores) Video Card: NVIDIA Quadro P400, 2GB, 3 mDP (5820T) RAM: 32GB (2x16GB) 266MHz DDR4 RDIMM ECC C Drive: 2.5"" 512GB SATA Class 20 Solid State Drive D Drive: 3.5"" 4TB 7200rpm SATA Hard Drive 8X DVD-ROM Slimline No Additional Network Card Selected (Integrated NIC included) Windows 10 Pro OS Recovery 64bit � DVD Dell ProSupport: Next Business Day Onsite 3 Years Dell ProSupport: 7x24 Technical Support, 3 Years Monitor: Dell 27� ultraHD 4K Model # P2715Q Manufacturer warranty for one calendar year beginning date of receipt. (vii)����The Government anticipates award of a firm fixed-price purchase order for this�acquisition, and the anticipated delivery date is within thirty (30) days after receipt of order (ARO). Delivery will be f.o.b. destination. The place of delivery and acceptance will be National Institute on Aging, 31 Center Dr. MSC 2292, Bldg 31, Rm 5C27, Bethesda,MD, 20892. (viii)���� 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 52.212-1, Instructions to Offerors-Commercial Items (Jun 2020) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2020) FAR 52.225-4, Buy American-Free Trade Agreements-Israel Trade Act Certificate (May 2014) Alternate I 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 52.204-25, Prohibition on Contract for Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018). Addendum to this FAR clause applies to this acquisition and is attached. HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) The following provisions and clauses apply to this acquisition and are incorporated as an attachment. Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal. The following provisions and clauses apply to this acquisition and are attached in full text: FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) 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 Items (Aug 2020) FAR 52.219-6, Notice of Total Small Business Set-Aside Standard NIH Invoice and Payment Provisions (Aug 2014) Interim NIH Invoice and Payment Provisions (Oct 2020) (ix)������ The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (a) Technical capability of the item offered to meet the Government requirement; (b) Price; and (c.) Past performance [see FAR 13.106-2(b)(3)]. ����������� Technical capability and past performance, when combined, are significantly more important than price. (x)������� The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi)������ The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiv)���� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv)����� 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 that believe that they are manufacturers or authorized resellers 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 Dun & Bradstreet Number (DUNS), 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 3:00 p.m., Eastern Daylight/Standard Time, on Friday, February 26, 2021, and reference Solicitation Number 75N95021Q00049. Responses must be submitted electronically to Jeanette Russell, Contract Specialist, Jeanette.Russell@nih.gov. Fax responses will not be accepted. (xvi)���� The name and telephone number of the individual to contact for information regarding the solicitation: Jeanette Russell, Contract Specialist 301-827-5140 Jeanette.Russell@nih.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b98bc7b2e0714fd2879193ee9d09277b/view)
 
Place of Performance
Address: Baltimore, MD 21224, USA
Zip Code: 21224
Country: USA
 
Record
SN05922549-F 20210224/210222230105 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.