21-005165

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Microtome
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Randall
Carter
randall.carter@nih.gov
NAICS Code Number
334516
Analytical Laboratory Instrument Manufacturing
Small Business Size Standard
1000
FPDS Classification Code
6515
Delivery of Goods
Within six (6) months after receipt of order
Set-Aside Status
Full Set Aside
Competition Status
Brand Name Only
Single-Sole Source Determination
Single-Sole Source Determination:

This notice of proposed acquisition is posted as an intent to award a purchase order on a non-competitive basis to Government Scientific Source, 12351 Sunrise Valley Drive, Reston, VA 20191. The essential characteristic of the Leica SM2010 R Sliding Microtome limit the availability to a sole source is the integration of the experimental data into ongoing research projects that have already obtained data from a collaborator’s Leica SM2010 R Sliding Microtome.

Statutory Authority:
This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13—Simplified Acquisition Procedures and at a dollar value less than the simplified acquisition threshold are exempt from the requirements of FAR Part 6—Competition Requirements.
Background/Description of Requirement

The National Institute on Aging, Laboratory of Neurogenetics, Molecular Neuropathology section works to understand pathological basis of neurodegenerative diseases mainly Parkinson’s disease. Immunohistochemistry slides imbedded with mouse brain models of these diseases are processed at a high volume. To collect accurate, reproducible brain sections with repeatable dimensions a precision microtome is needed for sectioning procedures. The brain sessions are transferred to microscopy slides for analysis of differential gene expression studies in varying brain regions in the scope of Early Onset Parkinson’s Disease Research within the Lab of Neurogenetics.  

Salient characteristics

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 specifications:

Instrument must be able to produce slides with a section thickness range of 0.5 to 60um.

Instrument must be able to produce slides with the following section thickness settings:
 

from 0.5 to 5 μm in 0.5μm increments

from 5 to 10 μm in 1μm increments

from 10 to 20 μm in 2μm increments

from 20 to 60 μm in 5μm increments
 

Instrument must be able to accommodate specimens with a maximum size of 75 x 52 mm.

Instrument must be able to provide a specimen clearance angle adjustment: – 3° to +10°

Quantity:

One (1) Leica SM2010 R Sliding Microtome

One (1) Low Prof. Blade Rail Single

Acquisition Authority:

This acquisition is being conducted under Federal Acquisition Regulations (FAR) Part 13 - Simplified Acquisition Procedures, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-100 dated August 22, 2018.

Contract Type:

A Firm Fixed Price type order award not exceeding the Simplified Acquisition Threshold is anticipated to be awarded resulting from this requirement.

Summary Statement:

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.”

Quoter Terms and Conditions (To be completed by the Offeror):

1. Period of Performance OR Delivery Date After Receipt of Order:

2. Shipping Point (F.O.B. OR Destination):

3. Payment Discount Terms:

4. NIH BPA Number, if applicable:

5. DUNS No:

6. Name of Company:

7. Street Address, City, State, Zip code:

8. Name of Person Authorized to Provide Quote:

9. Telephone Number and Email Address of Person Authorized to Provide Quote:

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 following provisions and clauses apply to this acquisition and are incorporated as an attachment.  Offerors MUST complete the provision at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their quotation.

1. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)

2. FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)

3. FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)

All responses must be received by 5/07/2021 9:00 am Eastern Standard Time and must reference announcement / solicitation number. 21-005165Responses may be submitted electronically to Randall Carter - Randall.carter@nih.govFax responses will not be accepted.

All responsible sources may submit response which, if timely received, must be considered by the agency.”

  

Interested parties may identify in writing their interest and capability in response to this requirement. Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.

All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.

All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.