Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2005 FBO #1329
SOLICITATION NOTICE

66 -- PROVIDE AN EPIFUORESCENCE MICROSCOPE IN COMBINATION WITH A DIGITAL CAMERA

Notice Date
7/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
Reference-Number-NCNS4000500209CMM
 
Response Due
8/1/2005
 
Archive Date
8/16/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Solicitation from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), Charleston, SC to provide an Epifluorescence Microscope in combination with a digital camera. This constitutes the only Request For Quote (RFQ), written offers are being requested; and a written RFQ will not be issued. This notice is hereby issued as RFQ No. NCNS4000-5-00209CMM. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-04. The line item(s) will be provided in accordance with the specifications listed below. The prices shall be all inclusive of costs. The FAR clauses incorporated into this acquisition shall be: 52.211-8 Time of Delivery (Jan. 1997) Alt I.(APR 1984), 52.212-4 Contract Terms and Conditions ? Commercial Items (May 2004), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Apr. 2005) (Sections 14, 15,16, 17, 18, 19, 20, 24 Alt I, 26 and 31), 52.233-4 Applicable Law for Breach of Contract Claim (Oct. 2004), 52.247-35 FOB Destination, Within Consignee?s Premises (Apr.1984). The FAR provisions incorporated into this acquisition shall be 52.212-1 Instruction to Offerors ? Commercial Items (Jan. 2005), 52.212-3 Offeror Representations and Certifications ? Commercial Items (Mar. 2005), 52.214-34 Submission of Offers in the English Language (Apr. 1991), 52.214-35 Submission of Offers in U.S. Currency (Apr. 1991). FAR clauses and provisions are available on the Internet Website http://www.arnet.gov/far. The following Commerce Acquisition Regulations (CAR) are also incorporated into this acquisition by reference: 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (March 2000) (The Government will award a purchase order or delivery order resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation results in the best value to the Government price and other factors considered. The following will be used to evaluate quotations. The following factors shall be used to evaluate offers: Technical capability. Provide sufficient information and documentation that demonstrates the ability to meet or exceed the Government?s minimum requirement for the specified equipment. Past Performance. Provide list of contacts including phone numbers, of firms to whom the offeror has successfully provided equipment that is the same or equal to that described herein. Price. The price evaluation will determine whether the proposed price is realistic, complete and reasonable in relation to the solicitation requirements.), 1352.246-70 Inspection and Acceptance (Mar. 2000). Inspection and acceptance will be performed at, Center for Coastal Environment Health, 219 Fort Johnson Road, Charleston, SC 29412. Full text of these CAR clauses is available upon written request by sending an email to carey.m.marlow@noaa.gov. Signed and dated quotes must be submitted to the U.S. Department of Commerce, NOAA/CRAD, Attn: AMD/Carey Marlow, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Quotes must be received on or before 2:00 pm CDT, Monday, August 1, 2005. Quotes may be faxed to 816-426-5067 Attn: Carey Marlow. In addition to price, quotes must include the following: 1) a completed copy of the provisions contained in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; 2) certification of registration in the Central Contractor Registration database; 3) a proposed delivery schedule, 4) references for conducting past performance reviews, and 5) Technical proposal. This is a firm fixed price solicitation. PRODUCT DESCRIPTION: The contractor shall provide an epifluorescence microscope in combination with a digital camera to meet photo microscopic needs. The contractor shall provide the epifluorescence microscope in combination with a digital camera per the minimum requirements shown herein. This microscope with digital camera will be utilized by the National Ocean Service to meet the photo microscopic needs of the Marine Biotoxins Program. At a minimum: Requirements: The system must be fitted with the following objective lenses: PLAN FLOUR 20X, PHI, NA> 0.5, WD < 2 mm; PLAN FLOUR 40X, PH2, NA > 0.75, WD < 0.51mm; PLAN APO 40X, NA > 0.90, WD < 0.20 mm; PLAN APO 60X OIL, NA = 1.42, WD < 0.15mm; PLAN APO 100X OIL, NA > 1.35, WD < 0.12mm. The system must include an oil top condenser lens with NA = 1.4. Optics must include brightfield, phase contract and differential interference contrast (for the three PLAN APO lenses) capabilities. Six position fluorescence filter cube. Microscope is required to have a filter turret capable of simultaneously holding 6 fluorescence filter cubes, offering room for expansion. The system must be fitted with the following epi-flourescence filters (by Chroma catalogue number): 31001 (FITC); 41012 (FITC LP emission); 31000 (DAPI); 41007 (Cy3); 6100V2 (DAPI/FITC/TRITC). The system must be equipped with a 12 bit digital camera with > 12.5 mega pixel resolution capable of producing 36 bit RBG color depth; camera is supplied with dedicated software, including a time-lapse function that allows a series of images to be acquired in a sequence or in an AVI format and played back immediately. Sliding prism camera port for the attachment of the camera system with three light settings: 100% eyepieces, 100% camera, and 20% eyepieces/80% camera. The 20%/80% eliminates the need to switch back and forth between eyepiece viewing and the digital camera while the 100% settings allow for maximum light transmission to the eyes or digital camera. Built in aperture diaphragm and field stop on the fluorescence illuminator. Adjustment of the aperture diaphragm can reduce stray light scattering and improve image contrast. Adjustment of the field stop limits the area of the sample that is illuminated, thereby reducing collateral photo-bleaching. Installation and customer training by factory authorized and trained representative. Five year parts and labor warranty; 1 year warranty on electrical components. NOTE: THE ABOVE ARE MIMUMUM REQUIREMENTS. BID FORMAT: Provide itemized pricing as follows: UNIT TOTAL CLIN #1 ? Epifluorescence Microscope in combination with digital camera. 1 ea $______________ $_________________ FOB Destination GRAND TOTAL: $_________________ The above price includes the microscope combination digital camera, training, parts and warranty if applicable. DELIVERY SCHEDULE: Proposed Delivery Date ______________________________________ Delivery shall be FOB Destination. DOC, CASC requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505.
 
Place of Performance
Address: NOS, 219 Fort Johnson Road, Charleston, SC 29412
Zip Code: 29412
Country: usa
 
Record
SN00848119-W 20050717/050715211839 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.