NIA-22-006682

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
LEICA VT 1000 S Vibratome
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Wiwa
Lui
wiwa.lui@nih.gov
NAICS Code Number
334516
Analytical Laboratory Instrument Manufacturing
Small Business Size Standard
1000 Employees
FPDS Classification Code
6515
Estimated Period of Performance
NA
Delivery of Goods
NA
Set-Aside Status
Not Set Aside
Competition Status
Brand Name Only
Single-Sole Source Determination
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.

This requirement is restricted to Leica VT1000S vibratomes. The National Institute on Aging Laboratory of Neurogenetics requires the VT-1000S vibratome from Leica as our laboratory must use this highly specific model to maintain continuity between projects, experiments and experimental data generated from our collaborators using the Leica system. We cannot deviate from this model, otherwise our experimental methods would not synchronize, and we would need to change our current protocols/methods to establish new conditions which would delay our research. Specifically, the VT-1000S can produce thin slice explants for organotypic culture (50-150um) and at this section thickness, slices can be incubated using standard culture procedures in 35mm culture dishes with minimal topographical distortion. The VT-1000S can be used for oxygenation to keep the solution aerated during sectioning of the fresh tissue and for enzymatic activity within the tissue to preserve and maintain tissue integrity and optimal physiological conditions. The VT-1000S can be used for both fixed and ‘fresh’ tissue sample applications. These brand-specific features, along with the synchronization of our data integrity both within our lab and with collaborators, require continuity that only the Leica VT-1000 S can provide.
Background/Description of Requirement

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 2022-06 dated May 26, 2022

The National Institute on Aging (NIA), Laboratory of Neurogenetics(LNG) Molecular Neuropathology Section works to understand the pathological basis of neurodegenerative diseases mainly Parkinson's disease. immunohistochemistry slides embedded with mouse brain models of these diseases are processed at a high  volume. To collect accurate, reproducible brain sections with repeatable dimensions, a precision vibratome is needed for sectioning procedures. The brain sections are transferred to microscopy slides for the analysis of differential gene expression studies in varying brain regions in the scope of Early Onset Parkinson's Disease Research and with other neuropathies within LNG. This acquisition is necessary for the preparation of mouse brain tissues to support the research of differential gene expression studies.

Description:

1. Leica 14047235613: VT1000 S - Configuration with accessories and magnifier - 100/120/230/240 V/50-60 Hz Leica VT1000 S - Fully Automatic Vibrating Blade Microtome 

2. Leica 14041157009: Power Cord various NEMA5 15

3. Leica 14046230132: Buffer Tray S Assembly Volume: approx 140ml

4. Leica 14046230131: Knife Holder S

5. Leica 14046327 404: Specimen disc S D 50mm

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

  • The Contractor must be able to provide these specifications:
  • Instrument must be able to produce a sectioning range between 1.0 to 40mm.
  • Instrument must be able to provide a blade travel speed between 0.025 – 2.5 mm/s
  • Instrument must be able to accommodate specimens with a maximum size of 70 x 40 x15 mm.
  • Instrument amplitude must be able to be adjusted step-wise within the following range – 0.2; 0.4; 0.6; 0.8; 1.0mm
  • The total vertical specimen stroke should be 15mm (motorized)

Quantity: One(1)each

Quantity: One (1) each

Delivery Date: The estimated delivery date is 4 to 6 weeks from the date of award issuance.

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

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

NOTE: For equipment/parts/supply requirements under this requirement, if applicable, responses must include: the place of manufacturing (i.e., address if supply/equipment is a domestic end product and include country of manufacture).

NOTE: Please provide quotes valid through September 30, 2022.

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

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

3. Payment Discount Terms:

4. Open Market; GSA FSS Contract Number; Other Government Agency (OGA) Contract Number, Government-wide Agency (GWAC) Contract Number; or National Institute of Health (NIH) Blanket Purchase Agreement (BPA) Number:

5. SAM Unique Entity Identifier (UEI) 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:

ADDITIONAL TERMS AND CONDITIONS, PROVISIONS, AND REPRESENTATIONS

The FAR Clauses are incorporated by reference and are provided in full text at https://www.acquisition.gov/

1. FAR Provision 52.212-1 Instructions to Offerors-Commercial Items (Sept 2021) is applicable to this solicitation.

2. FAR Provision 52.212.2 Evaluation-Commercial Items (Oct 2014) is applicable to this solicitation. 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: Technical capability of the item offered to meet the Government requirement; Price; and Past performance [see FAR 13.106-2(b)(3)]

3. FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021), is applicable to this solicitation 

4. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (November 2021), is applicable to this solicitation.

5. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (January 2022) is applicable to this solicitation. See attachment. 

In addition, the following FAR provisions and clauses are applicable to this solicitation and incorporated by reference: 

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

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

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

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

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

 

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 (Oct 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)

4. NIH Invoice and Payment Provisions

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):

For equipment/parts/supply requirements under this requirement, if applicable, responses must include: the place of manufacturing(i.e., address if supply/equipment is a domestic end product and include country of manufacture). 

 

All responses must be received by July 17, 2022, at 5pm EST and must reference announcement/ solicitation number NIA-22-006682. Responses may be submitted electronically to Wiwa Lui (wiwa.lui@nih.gov). Fax responses will not be accepted.

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.