Azure Biosystems 300 Imager (Brand Name restriction)
Acquisition Description: This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Fe...
Acquisition Description: This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 “Streamlined Procedures for Evaluation and solicitation for commercial Items,” as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-07, August 10, 2022. The North American Industry Classification System (NAICS) code for this procurement is 334516 - Analytical Laboratory Instrument Manufacturing (Size Standard 1000). The combined synopsis/solicitation number is RFQ-NIAID-2138494 and this is issued as a Request for Quotes (RFQ), under a Brand Name restriction (considered limited source restriction). This requirement it NOT a set aside for small business. The vendors who submit a response to this RFQ must be an authorized seller/reseller of these products. BRAND NAME: NIAID requests responses from qualified sources capable of providing the requirements as outlined. To be considered for award, vendors must provide the exact brand and model number of the product from the required brand-name owner/manufacturer, along with specific services and/or warranties that typically comes with these items when purchased directly from the owner/manufacturer. Project Description: National Institute of Allergy and Infectious Diseases (NIAID)’s Laboratory of Viral Diseases (LVD) (collectively “Program”) is engaged in research to investigate the molecular biology of viruses, the interactions of viruses with host cells, the pathogenesis of viral diseases, and host defense mechanisms to viral infections. These studies are designed to increase fundamental knowledge and facilitate the development of new approaches to the prevention and treatment of disease. The goals of the Laboratory of Viral Diseases are to determine the mechanisms used by viruses to infect cells, express and replicate their genomes, assemble infectious particles, and evade the host immune response. In order to accomplish this, Program needs an imaging system from Azure Biosystems Inc. (“Azure”) supports many different applications including chemiluminescent blots, bioluminescent samples, chemiluminescent protein arrays, nucleic acid and protein gels, and true color imaging of opaque and tranlucid samples. The equipment allows for EPI blue LED based detection of SAFE dyes that is crucial for Program’s research. The vendor will be expected to provide and install the Azure Biosystems imaging system (Azure 300) with the following features: 9.1-megapixel CCD Camera – Hardware Direct light capture (meaning no mirrors used to reflect signal to camera) Motorized 0.95 fixed lens Greater than 4 logs of OD Dynamic Range Two-channel UV wavelengths, 302nm and 365nm Blue Light excitation (470nm) for DNA safe dyes Have both options to bin and not to bin pixels during acquisition of image 7-position filter wheel Must be upgradable for the addition of Laser diodes for far-red and NIR/IR (685nm, 784nm) wavelengths and LEDs for visible fluorescence (460nm thru 628nm) along with appropriate filters Upgrades must occur in the lab, or current location of the unit. Not to exceed footprint 41x56x33cm (W x H x D), due to limited available lab space. Weight of less than 50 pounds for ease of re-location of unit. Installation: Contractor shall install the equipment (new) after delivery and acceptance. Training: Contractor shall provide initial training on the Azure 300 Imaging System at time of installation. See attached Bill of Materials (BOM) for the full list of line items required. Prices must include shipping & handling and any other applicable fees. Place of Performance or Delivery: NIAID-LVD Building 33 – C.W. Bill Young Center 33 North Drive Room 1E19 Attn: Jeffrey Americo Bethesda, MD 20892 FOB: Destination The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. By submitting an offer in response to this RFQ, confirms acceptance that the government terms and conditions will prevail over the award. The award will be based on the following: the capability to meet the brand name requirement and price. Submission shall be received not later than September 12, 2022 @ 4:00 PM EST Offers may be e-mailed to Lu Chang at
Data sourced from SAM.gov.
View Official Posting »