Contact Points
STE 101
SAN DIEGO, CA 92126-4449
This notice of proposed acquisition is posted as an intent to award a purchase order on a non-competitive basis to Discover Echo, Inc. as the sole designer and manufacturer of the Revolve microscope and its dedicated software user interface. The essential characteristics of the REVOLVE R4 Upright and Inverted Capability Microscope that limit the availability to a sole source are: The Discover Echo Microscope is unique due to its innovative upright and inverted features, advanced capabilities, and user-focused features. The Discover Echo Microscope incorporates adaptive illumination technology, which intelligently adjusts the light intensity and angle for each imaging technique. This feature optimizes image contrast and resolution, allowing users to capture clearer and more detailed images across a wide range of specimens. Unlike conventional microscopes, the Discover Echo offers real-time 3D imaging capabilities. By combining rapid scanning and computational techniques, users can visualize and interact with dynamic three-dimensional structures in real-time, making it ideal for observing live cells, tissues, and dynamic processes. The Discover Echo Microscope integrates various imaging modes, including brightfield, phase contrast, fluorescence, and DIC, into a single system. This eliminates the need for multiple microscopes, saving valuable laboratory space and reducing overall costs. Leveraging cutting-edge AI algorithms, the Discover Echo comes with advanced automated image analysis tools. Researchers can extract quantitative data and perform complex measurements without the need for external software, streamlining their analysis workflows and enhancing reproducibility. This microscope has ability to visualize and capture images with Brightfield, Darkfield, Phase Contrast and Polarized filtering.
This acquisition is being conducted under Federal Acquisition Regulations (FAR) Part 13 – Simplified Acquisition Procedures and (FAR) Part 12 - Acquisition of Commercial Products and Commercial Services, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2023-04 dated June 2, 2023.
The purpose of this acquisition is to purchase the REVOLVE R4 Upright and Inverted Capability Microscope for the National Institute on Aging (NIA) Laboratory of Genetics and Genomics (LGG). Microscopy has been a cornerstone of scientific exploration for centuries, enabling researchers to observe and analyze intricate structures at the cellular and subcellular levels. The NIA/LGG requires an upright and inverted capability microscope which provides exceptional image clarity and resolution, allowing users to observe samples at the cellular and even subcellular level. The microscope must be equipped with multiple imaging modalities, including brightfield, darkfield, phase contrast, and fluorescence microscopy. This versatility allows users to examine a wide range of specimens and adapt the imaging technique to suit specific research needs. The Upright and Inverted Capability Microscope includes onsite install and training and a Digital Haze Removal Software Module. With advanced technology for live-cell imaging, an upright and inverted capability microscope enables researchers to study dynamic processes in real-time. This is particularly valuable for understanding cellular behavior, cell interactions, and various biological mechanisms. The lab requires a microscope that is supported by user-friendly software that facilitates seamless control and analysis of acquired images which makes easier to measure, annotate, and quantitatively analyze data. Also, the microscope should be equipped with automation features that enable users to image multiple samples in a high-throughput manner.
Purchase Description: REVOLVE R4 Upright & Inverted Capability | Brightfield LED Illumination | Motorized LED Fluorescence 5 MP CMOS Monochrome Camera (Fluorescence) | 12 MP Color Camera (Brightfield) | 12.9 inch Apple iPad Pro | Intelligent Nosepiece | Measurement Annotations | (optional) Z-Stack | (optional) Haze Reduction Software | 5 Imaging Channels 4 Epi-fluorescence + 1 Transmitted Light | Includes one (1) year warranty from the date of delivery.
Salient characteristics:
- The system must be designed to easily convert from upright to inverted configurations.
- The system must include an intelligent 6-piece objective nosepiece turret allowing for a maximum of 6 objectives to be on the system at one time. The software will detect which objective is being used.
- The fluorescence module must have patented automated motorized fluorescence turret that incorporates wavelength specific LED’s and shift free sputter coated filter sets.
- Must include a dedicated 5 MP 12bit monochrome CMOS camera for low light level fluorescence imaging.
- The system must have recallable light source control of the LED power, exposure time and gain settings under the “Reuse” feature in the software.
- The system must have a ‘Sample Protect Imaging Mode’ that allows for the user to control when the LED is exposing the sample to light.
Quantity: One (1)
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 Unique Entity Identifier (UEI), the Taxpayer Identification Number (TIN), certification of country of ownership, 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):
- Period of Performance OR Delivery Date After Receipt of Order:
- Shipping Point (F.O.B. OR Destination):
- Payment Discount Terms:
- NIH BPA Number, if applicable:
- SAM UEI Number:
- Name of Company:
- Street Address, City, State, Zip code:
- Name of Person Authorized to Provide Quote:
- Telephone Number and Email Address of Person Authorized to Provide Quote:
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).
In case domestic sources are available and capable of fulfilling the Government's need, the Government will use evaluation preferences in accordance with FAR 25.
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/:
- FAR Provision 52.212-1 Instructions to Offerors-Commercial Items (Mar 2023) is applicable to this solicitation.
- FAR Provision 52.212-2 Evaluation-Commercial Items (Nov 2021) 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)]
- FAR Provision 52.212-3, Offeror Representations and Certifications Commercial Items (Dec 2022) is applicable to this solicitation.
- FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (Dec 2022) is applicable to this solicitation.
- FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (June 2023) is applicable to this solicitation.
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),
- FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020),
- 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020),
- 52.225-1, Buy American-Supplies (Oct 2022) (41 U.S.C. chapter 83),
- HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015).
- FAR 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023)
The following provisions and clauses apply to this acquisition and are available 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.
- FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
- FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
- FAR 52.204-26, Covered Telecommunications Equipment or Services Representation (Oct 2020)
- NIH Invoice and Payment Provisions
All responses must be received by September 16, 2023 at 5:00 PM and must reference announcement / solicitation number NIA 23-011204. Responses may be submitted electronically to Carla Blalock at carla.blalock@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.