NIA-22-011183

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
VT 1000S 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
6640
Estimated Period of Performance
NA
Delivery of Goods
6 WEEKS ARO
Set-Aside Status
Not Set Aside
Competition Status
Brand Name or Equal
Vendor Name
Government Scientific Source
Address
12351 Sunrise Valley Drive
Reston, Virginia 20191
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 2022-07 dated August 10, 2022.

This requirement is for a brand name or equal VT1000S vibratome.The National Institute on Aging(NIA) Laboratory of Behavioral Neuroscience(LBN) requires the brand name or equal to utilize the vibratome to section perfused and fresh tissue of the thickness from micron up to 900 microns. The vibratome  provides flexibility to modify the slice thickness as needed for our histological experiments, and the fully automated motorized digital display will ensure that our slice thickness is accurate, consistent, and performed with optimal efficiency and freely programmable sectioning stroke length, with digital displays for adjusting section cut thickness, motorized blade vibration, and blade advance.

Description: 

1. 14047235613: VT1000 S Vibratome  

2.14041157009: Power Cord various NEMA5 15

3. Manufacturer warranty for one calendar year beginning date of receipt of award

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:

  • Designed  for special applications associated with sectioning of fresh biological tissues.
  • The minimum section thickness achievable with that instrument is around 15 microns.
  • Motorized specimen feed of 15 mm / 0.59 inches
  • Splash -proof membrane keyboard
  • Motorized knife vibration movement, motorized knife advance 0.025 to 2.5 mm/s.
  • Vmax button for rapidly moving the knife towards the specimen
  • Specimen retraction during return stroke of
  • 0-999 μm, can be switched off when not needed.
  • Single stroke mode of operation, continuous mode
  • of operation.
  • Freely programmable sectioning stroke length.
  • Return speed 5 mm/s - 0.20 inches/s
  • Amplitude adjustment 0.2 to 1 mm in 5 increments.
  • Section thickness totalizer.
  • Integrated cooling bath with drain, removable buffer tray.
  • (L x W x H) 480 x 360 x 285 mm
  • Weight: 19 kg / 41.85 lbs
  • Admissions: CE,GS, VDE, UL, c-UL
  • Operating temperature range: +15 °C up to +40 °C
  • Relative air humidity: max. 80 %,non-condensing
 

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:

 

ADDITION AL 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 (May 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)52.211-6, Brand Name or Equal (Aug 1999),

52.225-1, Buy American-Supplies (Nov 2021) (41 U.S.C. chapter 83)

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 responses must be received by September 2 , 2022, at 5pm EST and must reference announcement/ solicitation number NIA-22-011183. 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.