Search Contract Opportunities

Coherent Femtosecond Laser System (Axon 920-1 TPC) or Equal for NINDS   2

ID: 75N95023Q00187 • Type: Synopsis Solicitation

Description

Title: Coherent Femtosecond Laser System (Axon 920-1 TPC) or Equal

(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 75N95023Q00187 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; and FAR Part 12 Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold.

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2023-02, with effective date 03/16/2023.

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

(v) The purpose of this requirement is to procure a quantity of one (1) Coherent Femtosecond Laser System (Axon 920-1 TPC) or Equal for the National Institute of Neurological Disorders and Stroke (NINDS). This system is needed for retinal physiology experiments that require IR 2-photon microscopy, a technique which relies on a pulsed femtosecond IR laser. For complete details and specifications, refer to the Purchase Description (See Attachment 1).

(vi) Price Schedule

Line Item: 0001

Item: Coherent Femtosecond Laser System (Axon 920-1 TPC)

Quantity: One (1)

Total Price: $__________

OR

Line Item: 0001A

Item: Equal Product Equipment Name__________

Quantity: One (1)

Total Price: $__________

Total Quoted Price: $__________

(vii) The Government intends to issue a firm-fixed price purchase order. Delivery is within 60 days after receipt of order (ARO). Delivery will be f.o.b. destination. The place of delivery and acceptance is:

NINDS Synaptic Physiology Section

Bldg. 35 / Rm 3E-614

35 Convent Drive

Bethesda, MD 20892

(viii) FAR 52.252-1 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.acquisition.gov/

https://www.hhs.gov/grants-contracts/contracts/contract-policies-regulations/hhsar/part-352-solicitation-provisions-contract-clauses/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 52.211-6 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 Certifications Commercial Products and Commercial Services (DEC 2022)
  • FAR 52.214-34 Submission of Offers in the English Language (APR 1991)
  • FAR 52.214-35 Submission of Offers in U.S. Currency (APR 1991)
  • FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999)
  • FAR 52.225-4 Buy American-Free Trade Agreements-Israeli Trade Act Certificate (OCT 2022)-Alternate II (DEC 2022)
  • FAR 52.225-25 Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certifications (JUN 2020)
  • HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) included in full text (See Attachment 2)

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.acquisition.gov/

https://www.hhs.gov/grants-contracts/contracts/contract-policies-regulations/hhsar/part-352-solicitation-provisions-contract-clauses/index.html

(End of clause)

The following clauses apply to this acquisition and are incorporated by reference (IBR):

  • 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 (DEC 2022). Addendum to this FAR clause applies to this acquisition and is attached.
  • FAR 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act (DEC 2022)-Alternate II (Dec 2022)
  • HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) (See Attachment 2)
  • HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015) (See Attachment 2)

The following provisions and clauses apply to this acquisition and are attached in full text. Offerors MUST complete the provisions at 52.204-24 and 52.204-26 in accordance with FAR 4.2103 Procedures and submit with its quotation.

  • FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) (See Attachment 2)
  • FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) (See Attachment 2)
  • FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Products and Commercial Services (MAR 2023) (See Attachment 3)
  • NIH Invoice and Payment Provisions with IPP (Updated 4/21/2022) (See Attachment 4)

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

(a) The Government will award a purchase order resulting from this solicitation on the basis of lowest price technically acceptable. Technical acceptability will be evaluated based upon the following:

  1. The Offeror must include all brand name [Coherent Femtosecond Laser System (Axon 920-1 TPC)] or equal equipment detailed in the purchase description in its quotation.
  2. Or Equal equipment must meet or exceed each salient characteristic in the purchase description and in the table below.

Salient characteristics:

The salient physical, functional, or performance characteristics that equal products must meet are as follows:

1. The Femtosecond laser shall have >1000 mW output power at 920 nm.

Yes/No _____

Comment/Reference _____

2. The Femtosecond laser shall have <150 fs Pulse duration.

Yes/No _____

Comment/Reference _____

3. The Femtosecond laser shall have 80 MHz rep rate.

Yes/No _____

Comment/Reference _____

4. The Femtosecond laser shall have a built-in GVD compensation.

Yes/No _____

Comment/Reference _____

5. The Femtosecond laser shall have a built-in Acousto-Optic Modulator (AOM) option.

Yes/No _____

Comment/Reference _____

6. The Femtosecond laser shall be mountable.

Yes/No _____

Comment/Reference _____

7. The Femtosecond laser shall be warranted, and the Contractor shall warrant its equipment against defects in material, fabrication, or workmanship for a minimum of one (1) year from the date the Government accepts delivery of the item.

Yes/No _____

Comment/Reference _____

In addition to completing the table above, the respondents must provide brochures and/or published technical specifications that provide evidence of or equal equipment's ability to meet the specifications in the table above.

(b) Options. Not applicable and will not be evaluated.

(c) 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.

(End of provision)

(x) Offerors shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications Commercial Products and Commercial Services (DEC 2022), 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.

(xi) The clause at FAR 52.212-4 Contract Terms and Conditions Commercial Products and Commercial Services (DEC 2022), applies to this acquisition and is incorporated by reference. Addendum to this FAR clause applies to this acquisition and is attached (Attachment 2).

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

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

(xiv) 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 10:00 a.m., Eastern Daylight/Standard Time, on Wednesday, May 24, 2023, and reference Solicitation Number 75N95023Q00187. Responses must be submitted electronically to Rieka Plugge, Contracting Officer, at rieka.plugge@nih.gov.

Fax responses will not be accepted.

For information regarding this solicitation, please contact the Contracting Officer on (301) 827-7515 or at rieka.plugge@nih.gov.

Attachments:

Attachment 1 - Purchase Description

Attachment 2 - Additional Terms and Conditions

Attachment 3 - FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Products and Commercial Services (MAR 2023)

Attachment 4 - NIH Invoice and Payment Provisions with IPP (Updated 4/21/2022)

Overview

Response Deadline
May 24, 2023, 10:00 a.m. EDT Past Due
Posted
May 19, 2023, 9:13 a.m. EDT
Set Aside
None
Place of Performance
Bethesda, MD 20892 USA
Source
SAM

Current SBA Size Standard
1000 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Signs of Shaping
The solicitation is open for 5 days, below average for the National Institute on Drug Abuse.
On 5/19/23 National Institute on Drug Abuse issued Synopsis Solicitation 75N95023Q00187 for Coherent Femtosecond Laser System (Axon 920-1 TPC) or Equal for NINDS due 5/24/23. The opportunity was issued full & open with NAICS 334516 and PSC 6640.
Primary Contact
Name
Rieka Plugge   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation 75N95023Q00187

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 75N95023Q00187

Contract Awards

Prime contracts awarded through Synopsis Solicitation 75N95023Q00187

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 75N95023Q00187

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 75N95023Q00187

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 75N95023Q00187

Additional Details

Source Agency Hierarchy
HEALTH AND HUMAN SERVICES, DEPARTMENT OF > NATIONAL INSTITUTES OF HEALTH > NATIONAL INSTITUTES OF HEALTH NIDA
FPDS Organization Code
7529-75N950
Source Organization Code
100189048
Last Updated
June 8, 2023
Last Updated By
rieka.plugge@nih.gov
Archive Date
June 8, 2023