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) is seeking to procure one Carl Zeiss Lattice SIM 5 laser scanning structured illumination super-resolution light microscope and associated supplies. This is a non-competitive solicitation intended for direct award to the Original Equipment Manufacturer (OEM), Carl Zeiss Microscope, LLC. Proposals are due by April 22, 2026, at 2:00 PM ET.
Scope of Work
The NCI CCR Microscopy Core requires a new Zeiss Lattice SIM5 super-resolution microscope to enhance cancer research capabilities, enabling visualization of molecular interactions in live cells. The required system includes 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 procurement also includes associated supplies, a minimum 12-month manufacturer's warranty, 12-month maintenance support, and in-person training for up to 10 users.
Contract & Timeline
- Contract Type: Firm Fixed Price Purchase Order
- NAICS Code: 334516 (Optical Instrument and Lens Manufacturing) with a 1,000-employee size standard
- Set-Aside: None (Non-competitive, intended for OEM)
- Delivery & Installation: Within 6 months after receipt of order, FOB Destination, inside delivery to Bethesda, MD.
- Training: Within two weeks of equipment installation by a factory-trained specialist.
- Proposal Due Date: April 22, 2026, 2:00 PM ET
- Published Date: April 1, 2026
Key Instructions & Requirements
Offerors must submit proposals electronically to Shayna Simpson (shayna.simpson@hhs.gov). Proposals must include clear evidence of capability, Unique Entity Identifier (UEI), Taxpayer Identification Number (TIN), and active SAM registration. For equipment exceeding $730,000, Trade Agreements Act (TAA) compliance is required, meaning the equipment must be manufactured in a TAA-compliant country (e.g., Germany) or substantially transformed there. Offerors must complete various representations and certifications, including those related to telecommunications equipment (FAR 52.204-24 and 52.204-26) and general commercial product/service certifications (FAR 52.212-3). Invoicing will be through the Department of Treasury's Invoice Processing Platform (IPP).
Evaluation
Award will be based on technical evaluation criteria. The Government intends to award without discussions but reserves the right to conduct them. This is a new award, not a follow-on contract.
Contact Information
Primary Point of Contact: Shayna Simpson (shayna.simpson@hhs.gov)