Carl Zeiss Lattice SIM 5 laser scanning structured illumination super-resolution light microscope and Associated Supplies
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Department of Health and Human Services (HHS), National Institutes of Health (NIH), National Cancer Institute (NCI) Center for Cancer Research (CCR) Microscopy Core, is seeking a Carl Zeiss Lattice SIM5 super-resolution light microscope and associated supplies. This is a non-competitive combined synopsis/solicitation (RFQ under FAR Part 13) intended for Carl Zeiss Microscope, LLC, to acquire advanced microscopy capabilities for cancer research. Proposals are due April 22, 2026.
Scope of Work
The NCI CCR Microscopy Core requires one (1) new, commercially available Zeiss Lattice SIM5 super-resolution light microscope. This system must include a high-speed lattice SIM5 scanner, dual high-sensitivity sCMOS cameras, four high-power lasers (405, 488, 561, 647 nm), a 500 um Piezo stage, stage-top incubation for live cell imaging, and both high numerical aperture oil and water immersion objective lenses. The microscope must provide extended capabilities for imaging complex samples and functional live cell SIM imaging on larger biological samples. Associated supplies, a minimum 12-month manufacturer's warranty, and 12-month maintenance support services are also required. Delivery and installation must occur within six months of award at NIH/NCI, Bethesda, MD, performed by an OEM-authorized technician. In-person training for up to 10 users by a factory-trained specialist is also mandated within 30 business days of installation.
Contract & Timeline
- Contract Type: Firm Fixed-Price Purchase Order
- Set-Aside: None (non-competitive, brand-name specific)
- NAICS Code: 334516 (Analytical Laboratory Instrument Manufacturing)
- Small Business Size Standard: 1,000 employees
- Response Due: April 22, 2026, 2:00 PM EST
- Published: April 3, 2026 (Amendment 2)
- Place of Performance: Bethesda, MD, United States
Submission & Evaluation
Offerors must submit proposals electronically to Shayna Simpson (shayna.simpson@hhs.gov). Submissions must include clear and convincing evidence of capability, Unique Entity Identifier (UEI), Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), business size certification, and active System for Award Management (SAM) registration. The Government intends to award without discussions but reserves the right to conduct them. Technical evaluation criteria will be used. Offerors must hold prices firm for 30 calendar days. Required representations and certifications (e.g., FAR 52.212-3, 52.204-24, 52.204-26) must be completed, including those related to telecommunications equipment. Invoicing will be via the Department of Treasury's Invoice Processing Platform (IPP).
Additional Notes
Amendment 2 removed clause FAR 52.219-6 and any associated small business set-aside provisions, clarifying the non-competitive nature of this solicitation. All other terms and conditions remain unchanged.