Title: Two (2) Nikon Z4 Advance Imaging Workstations and Components
Document type: Combined Synopsis/Intent to Sole Source
Solicitation Number: RFQ# 75N91025Q00058
Proposed Post Date: 08/20/2025
Proposed Response Date: 09/01/2025
Classification Code: 6640
NAICS Code: 334516
Small Business Size Standard: 1,000
Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 8490 Progress Drive Suite 400, Frederick, MD 21701 USA.
Description:
The National Center for Complementary and Integrative Health (NCCIH) has identified a need to procure on a sole source basis: Two (2) Nikon Z4 Advance Imaging Workstations and Components from Nikon Instruments, Inc., 1300 Walt Whitman Road, Melville, NY 11747 USA.
The acquisition will be processed in accordance with simplified acquisition procedures as stated in FAR Part 13.106-1(b)(1) and 41 U.S.C. 1901 and is exempt from the requirements of FAR Part 6. The resultant award for this commercial item (FAR Part 12) will include all applicable provisions and
clauses as required by the agency and NCI. The North American Industry Classification System code (NAICS) is 334516 “Analytical Laboratory Instrument Manufacturing” and the business size standard is 1,000 employees.
Only one firm fixed-price purchase order award will be made from this solicitation.
The Pain Neurocircuitry and Cellular Plasticity Lab (PNCP) at the National Center of Complementary and Integrative Health (NCCIH) is interested in identifying brain mechanisms underlying bidirectional modulation of pain and in determining whether these processes are sex dependent. The Two (2) Nikon Z4 Advanced Imaging Workstation and Components will help address NCCIH’s mission to understand the brain’s role in perceiving, modifying, and managing pain. As well as delineating the anatomical, molecular and cellular mechanisms that underlie pain perception. And how the modulation sensory stimuli are detected and encoded by the somatosensory system.
The PNCP requires the acquisition of two high-performance computers equipped with advanced AI software to automate the quantification of fluorescently labeled cells in high-resolution confocal brain images. This system utilizes Deep Learning-based predictive imaging, image segmentation, and advanced processing to identify cells with complex morphologies and protein expression patterns. Transitioning from manual to AI-assisted analysis will reduce data processing time per brain from 8–10 hours to under 1 hour, significantly improving research efficiency, data throughput, and scientific rigor. The use of two systems is essential to support multiple researchers concurrently and avoid workflow delays.
DELIVERY REQUIREMENTS:
Delivery shall be within 14 business days of purchase order award. All shipping/handling (including F.O.B. Destination) and delivery/installation fees shall be included. Upon shipment, the Contractor shall email the NCCIH Technical Point of Contact (TPOC) a shipping tracking number. Upon delivery, the Contractor shall notify the NCCIH TPOC to schedule the installation date and time. Installation shall occur within 7 business days of delivery, and shall be performed, or under the direct super vision of, an Original Equipment Manufacturer (OEM) certified technician. Equipment shall be delivered and installed to the following address:
Dr. Yarimar Carrasquillo
35 Convert Dr.,
Bldg. 35A, Room 1E-422D
Bethesda, Maryland 20892
TECHNICAL REQUIREMENTS:
The systems use Deep Learning predictive imaging in combination with image segmentation and processing to identify cells with complex morphologies and protein expression patterns.
The following product features or characteristics of the systems shall:
- High-performance HP Z4 workstations optimized for use with NIS-Elements software, featuring:
- Intel Xeon 4.6 GHz, 20-core processor
- 256 GB RAM (upgradeable to 512 GB)
- NVIDIA RTX A4000 16GB GPU
- 1 TB M.2 SSD (OS drive) and 12 TB SATA data drive
- Dual 10Gb Ethernet ports
- Multiple USB ports (8x USB-A, 2x 20Gbps USB-C)
- DVD-RW, premium keyboard, optical mouse, optional Wi-Fi card
- Windows 11 64-bit Professional OS
- 3-year HP warranty (parts, labor, onsite)
- High-resolution 27-inch 4K UHD display monitors with:
- 3840 x 2160 resolution
- Thunderbolt 4, USB-C, HDMI 2.0, DisplayPort 1.4 inputs/outputs
- RJ-45 network port, multiple USB ports
- 3-year parts and labor warranty
- AR Passive SUA 1-Year Software Upgrades. Annual upgrades for existing NIS-Elements offline analysis software which is exclusive to Nikon Instruments.
- General Analysis Software Module for scripting and automating analysis workflows within NIS-Elements, available only from Nikon.
- AI Module Advanced AI software module integrating machine learning and deep learning (convolutional neural networks) capabilities for image analysis. Includes Convert.ai, Enhance.ai, Segment.ai, and Segment Objects.ai tools. Compatible with other Nikon modules (JOBS and GA3) available separately.
PAYMENT: Net 30 days from date of invoice. Payment shall be made after acceptance of the deliverables, and submission of invoice pursuant to the invoicing instructions, and to the address shown, in the contract/order.
Only one award will be made and will be awarded as a firm fixed price type contract.
This notice is not a request for competitive quotation. However, if any interested party, especially small businesses, believes it can meet the above requirement, it may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow the NCI to determine if the party can perform the requirement. Responses must be received in the contracting office by 10:00AM EDT, on Monday, September 1, 2025. All responses and questions must be in writing and sent to Monico Luna, Contract Specialist via electronic mail at monico.luna@nih.gov. No calls will be accepted. A determination by the Government not to complete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, Contractors must be registered and have a valid, current Entity Record, including current Representations and Certifications, in the System for Award Management (SAM) through SAM.gov. Reference RFQ# 75N91025Q00058 on all correspondence.