Zeiss Arivis Pro Analysis + VR ACA Software
ID: 75N95024Q00536-RFQ2Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNATIONAL INSTITUTES OF HEALTHROCKVILLE, MD, 20852, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)
Timeline
    Description

    The Department of Health and Human Services, specifically the National Institutes of Health, is seeking proposals for the acquisition of the Zeiss Arivis Pro Analysis + VR ACA Software, a specialized tool for quantitative analysis of LSM confocal 3D images. This procurement aims to enhance research capabilities at the National Institute on Aging by providing a unique virtual reality interface that allows for intuitive manipulation of digital imagery, thereby improving efficiency and accuracy in data analysis. The contract is expected to be awarded as a firm fixed-price purchase order, with a delivery timeline of 60 days after receipt of the order. Interested vendors must submit their quotations by 4:00 PM Eastern Time on September 17, 2024, to Claudia Ventola at claudia.ventola@nih.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a procurement request for advanced software tailored for quantitative analysis of large 3D images from LSM confocal microscopes, intended for use at the LCS facility, recognized for its innovative work in whole tissue imaging. The request specifies the requirement for a comprehensive software suite that includes various modules and licenses for system upgrades, particularly emphasizing the capabilities of the Arivis Pro VR toolkit. This toolkit facilitates an intuitive virtual reality interface, enabling users to manipulate image data directly, enhancing accuracy and efficiency in analyzing multi-dimensional imagery. The purchase emphasizes the need for a fully integrated solution that eliminates complex manual processes, allowing for interactive data examination. The order consists of a single set of specified tools, with a delivery timeline set for 60 days after the purchase order issuance. This procurement aligns with governmental initiatives to acquire specialized technology for cutting-edge research and analysis in biological imaging.
    This document outlines the acquisition process for the Arivis Pro VR toolkit, a specialized software for virtual reality image analysis, which is essential for ongoing research at the National Institute on Aging (NIA). The acquisition, falling under the Simplified Acquisition Procedures due to its monetary range exceeding $10,000 but not surpassing $250,000, is justified by the lack of viable alternatives. The Arivis Pro VR toolkit is unique, offering hands-on manipulation of digital imagery that enhances research efficiency and accuracy, thus making switching software impractical for continuity in data handling. Furthermore, the document emphasizes the urgency and specific nature of the needed software as it is already integrated into existing research protocols. The program official confirms the correctness of the justification for this sole-source acquisition. The document serves to ensure compliance with Federal Acquisition Regulations (FAR) while seeking approval for the purchase of a critical research tool.
    The document serves as an addendum to FAR 52.212-4, outlining terms and conditions for government contracts involving commercial items. It establishes a clear order of precedence for resolving inconsistencies within the contract, prioritizing the schedule of supplies/services, followed by various compliance and legal provisions. Key definitions are provided for commercial supplier agreements, clarifying their relevance and applicability in government contracts. Several critical provisions address the enforceability of supplier agreements when the end-user is a government entity. These include the governing law being federal law, limits on dispute resolution, and guidelines for right to continued performance, restricting unilateral actions by suppliers. The agreement must not automatically renew without proper consent, and clauses concerning audits and indemnification emphasize the government's legal standing. Overall, this document ensures alignment between commercial supplier interests and federal regulations, providing a framework that facilitates compliance and protects the rights of the U.S. Government when engaging in contractual agreements involving commercial items.
    The document outlines the requirements set forth in provision 52.204-26 regarding the representation of covered telecommunications equipment or services by Offerors in response to federal contracts. It defines "covered telecommunications equipment or services" and mandates that Offerors conduct a reasonable inquiry to ascertain the status of their equipment and services. Specifically, Offerors must review the System for Award Management (SAM) to identify any entities barred from receiving federal awards due to their provision of such equipment or services. The representation involves confirming whether the Offeror does or does not provide or utilize covered telecommunications equipment in the scope of their contracts. An authorized individual must certify this representation with their name, signature, title, and organization details. This provision is crucial for maintaining the integrity of federal procurement by ensuring that contractors do not engage with non-compliant telecommunications products or services.
    This document outlines the Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, as mandated by federal provisions. The Offeror is required to represent whether they provide or use covered telecommunications equipment or services in their contracts with the government. Importantly, it references Section 889 of the John S. McCain National Defense Authorization Act, which prohibits federal agencies from procuring equipment that uses covered telecommunications components, effective from specified dates. The document details the definitions of critical terms and stipulates procedures for Offerors, including checking the System for Award Management for excluded parties. The Offeror must provide disclosure when claiming they will provide or use covered equipment or services, including details about the equipment, production entities, and intended use. The document serves to ensure compliance with federal security measures, preventing potential risks associated with certain telecommunications technologies in government contracts.
    The document outlines essential Federal Acquisition Regulation (FAR) clauses that a contractor must adhere to in executing contracts involving commercial products and services. It specifies clauses related to business ethics, whistleblower protections, service contract reporting, and restrictions on subcontractor sales, among others. Key points include prohibitions on certain software and telecommunications services, as well as requirements for reporting executive compensation and ensuring fair labor standards. Additionally, it emphasizes support for small businesses, detailing regulations regarding set-asides and subcontracting plans for various small business categories, including HUBZone and women-owned businesses. The structure of the document is systematic, listing applicable clauses categorized by compliance areas such as ethics, labor standards, and procurement regulations. It serves the purpose of ensuring contractors are informed of their obligations under U.S. law, thereby promoting transparency, ethical conduct, and compliance throughout the contract lifecycle. The document is integral to the RFP and grant management process, safeguarding government entities and fostering equitable opportunities in contracting processes.
    The document outlines the Invoice and Payment Provisions applicable to government contracts, particularly highlighting NIH requirements for submitting proper invoices, payment timelines, and conditions for interest penalties. Proper invoices must include detailed information such as vendor identification, unique invoice numbers, descriptions of goods/services, and compliance with federal standards. Submission is done electronically via the Department of Treasury's Invoice Processing Platform (IPP), with copies sent to the designated approving officials. Payments are generally due 30 days after receipt of a proper invoice or government acceptance of service/products. Certain items, like perishables, have specific payment timelines in line with the Prompt Payment Act. Interest penalties may apply if payments are late, contingent upon receiving a proper invoice and satisfactory government documentation. The provisions also address accelerated payments to small business subcontractors, ensuring they receive timely payments following government accelerations. This clause must be included in all related subcontracts. Additionally, the document mandates electronic payment requests while allowing deviations only with prior approval from the contracting officer, enhancing efficiency and compliance in government contracting processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    High-content, Multiomic Imaging System for Spatial Biology Research
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), is seeking quotes for a high-content, multiomic imaging system to enhance spatial biology research focused on tick-borne infectious diseases. The procurement requires a comprehensive multiomics platform, including a widefield epifluorescence microscope, a scientific CMOS high-resolution camera, a liquid handling station, and associated software, along with installation and training services. This acquisition is crucial for advancing research methodologies in public health and will be processed under Simplified Acquisition Procedures, with a firm-fixed-price purchase order anticipated. Interested offerors must submit their quotes by September 20, 2024, and can direct inquiries to Seth Schaffer at seth.schaffer@nih.gov or Tamara McDermott at tamara.mcdermott@nih.gov.
    Renewal: Digital Asset Management System Enterprise Cloud Maintenance
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health, is seeking responses for the renewal of a Digital Asset Management System Enterprise Cloud Maintenance contract. This procurement aims to ensure the continued support and maintenance of the digital asset management system, which is crucial for managing and processing data effectively within the agency. Interested vendors must submit their responses, including the notice ID SS-NIH-7047517 in the subject line, to Zetherine Gore at zetherine.gore@nih.gov by 12 p.m. EST on Thursday, September 19, 2024, to be considered for this opportunity.
    Spectral Flow Cytometer-Brand Name or Equal
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through the National Institute of Allergy and Infectious Diseases (NIAID), is seeking quotes for the procurement of a spectral flow cytometer, specifically a Sony ID7000 or an equivalent model. This advanced laboratory instrument is essential for conducting high-parameter flow cytometry, enabling the exploration of over 35 markers in various experimental systems to enhance immunological research capabilities. Interested vendors must submit their quotes by September 23, 2024, with delivery of the equipment required within 60 days of award and installation to be completed by August 1, 2025. For further inquiries, vendors can contact Hershea Vance at hershea.vance@nih.gov or by phone at 301-761-6404.
    Next-Generation Sequencing (NGS) Liquid Handling Systems – Brand Name or Equal
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking quotes for two Next-Generation Sequencing (NGS) Liquid Handling Systems to enhance research capabilities at its Bethesda, Maryland campus. These systems are essential for high-throughput processing in infectious disease research, particularly for single cell-based antibody discovery and RNA/DNA processing, which are critical for pandemic preparedness. Interested vendors must submit their quotes by 12:00 pm EST on September 26, 2024, including detailed specifications and compliance with federal regulations, to Daveta H. Brown at daveta.brown@nih.gov.
    Automated Liquid Handling Systems– Brand Name or Equal
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking quotes for the procurement of two automated liquid handling systems, either brand name or equal, to support the Vaccine Production Program (VPP) at the National Institute of Allergy and Infectious Diseases (NIAID). These systems are critical for high-throughput, microscale protein purification and product characterization, which are essential for developing vaccines against various pathogens, including HIV and SARS-COV-2. Interested vendors must submit their quotes by 12:00 PM EST on September 23, 2024, to Daveta H. Brown at daveta.brown@nih.gov, ensuring compliance with all specified requirements and regulations outlined in the solicitation documents.
    Surface Plasmon Resonance (SPR) Instrument- Brand Name or Equal
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), is seeking quotes for a Surface Plasmon Resonance (SPR) Instrument, either brand name or equal, to support its Vaccine Research Center's structural biology efforts. The procurement aims to acquire a high-throughput SPR instrument that meets specific technical requirements, including dimensions, weight, temperature ranges, and data collection capabilities, to facilitate biophysical and structural analysis of macromolecules. This equipment is critical for advancing research in infectious diseases and vaccine development. Interested vendors must submit their quotes by 4:30 PM EST on September 19, 2024, to Hershea Vance at hershea.vance@nih.gov, and ensure compliance with all specified requirements and clauses outlined in the solicitation documents.
    Mass Spectrometer
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), is seeking quotations for a Brand Name or Equal Bruker Daltonics Mass Spectrometer Model timsTOF flex to replace a decommissioned unit within its Vaccine Production Program (VPP). This procurement is critical for maintaining and enhancing mass spectrometry capabilities that support vaccine development against infectious diseases such as HIV, Ebola, and Zika, particularly in light of recent global health challenges. The selected vendor must deliver the equipment within 30 days of contract award, and quotes are due by September 19, 2024. Interested vendors should direct inquiries to Uju Obii-Obioha at uju.obii-obioha@nih.gov or Linda Smith at linda.smith2@nih.gov for further information.
    Combined Synopsis/Solicitation for Scientific Multimedia Support Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking quotations for Scientific Multimedia Support Services through Combined Synopsis/Solicitation No. 75N96024Q00117. The primary objective is to provide multimedia solutions for the Office of Communications and Public Liaison at the National Institute of Environmental Health Sciences (NIEHS) in Research Triangle Park, North Carolina, with a focus on technical capability, past performance, and pricing as key evaluation criteria. This procurement is crucial for enhancing public health communications and ensuring compliance with federal mandates, including Section 508 accessibility standards. Interested small businesses must submit their detailed quotations by September 27, 2024, at 2:00 PM EST, via email to the designated contacts, Chantal Cornelius and Charlotte Ange, with a firm-fixed price contract anticipated to commence around November 15, 2024.
    Service/maintenance agreement for Discover 2.0 and Liberty Blue HT12/Razor systems
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Center for Advancing Translational Sciences (NCATS), is seeking to award a non-competitive contract for a service and maintenance agreement for the Discover 2.0 and Liberty Blue HT12/Razor systems. This procurement aims to ensure the full functionality of these critical laboratory instruments, which are essential for NCATS's research in developing innovative diagnostics and therapeutics. The service agreement will include unlimited service visits, preventative maintenance, and support from OEM-trained engineers, ensuring the continuity and standardization of NCATS research efforts. Interested parties must submit their capability statements to Rhanda Lopez at rhanda.lopez@nih.gov by September 20, 2024, at 2:30 PM Eastern Standard Time, referencing solicitation number 75N95C24P00096.
    BD FACS Symphony S6 Cell Sorter (Brand Name or Equal)
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), is seeking to procure one (1) BD FACSymphony S6 SE Cell Sorter System (or equal) along with a twelve-month maintenance agreement for parts and labor. This procurement is critical as the existing cell sorter is nearing the end of its life cycle, and the new system must meet specific requirements, including compatibility with FlowJo software and advanced operational safety features, to support high-containment research involving infectious samples. Interested vendors are required to submit comprehensive quotes by September 19, 2024, with evaluations focusing on technical acceptability, past performance, and price to ensure the best value for the government. For further inquiries, vendors can contact Linda Smith at linda.smith2@nih.gov or Christian Brown at christian.brown@nih.gov.