Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2006 FBO #1733
SOLICITATION NOTICE

66 -- CONFOCAL MICROSCOPE

Notice Date
8/23/2006
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817
 
ZIP Code
20817
 
Solicitation Number
Reference-Number-RML-RFQ-6027
 
Response Due
9/7/2006
 
Archive Date
9/22/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Submit offers on RML-RFQ-6027. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 dated 08/04/06. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a Total Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this procurement is 339111 and the small business size is 500. SCHEDULE: The Rocky Mountain Laboratories(RML) is seeking an 8A, Hubzone, Service Disabled Veteran or Small business to provide a multiphoton, upgradable confocal microscope system. This system shall contain a latency period of 1us from end of bleach to beginning of next scan. This confocal system shall contain multiple pinhole system-colocalization. This function must allow for simultaneous scanning with identical slice thickness. A 360 degree on-axis rotation of images in real time, with scan zoom and offset and no x/y stage centering required shall be present. Specimens shall not have to be physically or mechanically repositioned. Scan rotation shall have total flexibility of rotation in one degree increments and be fully supported up to 40x zoom. An acousto optical modulator(AOM) coupling of external Titanium(TI) laser shall be present and fully tunable between 700 and 1000nm. Line selection and attenuation shall be rapid, and continuous with at least .1% increments, and be fully selectable with all laser lines coupled to the system. Optical correction of individual objective lenses via fully motorized collimation optics shall be included. Any lenses delivered with the system shall be able to collect IR and visible excitation channels with high Z optical correction so users can obtain highly correlated and reliable co-localization between channels on any lens. Lenses purchased from the manufacturer of the confocal shall be integratable by the user without an on-site service call. Digital scan control to allow for constant scanning velocity for all speeds, even illumination along scanning field with identical pixel conditions, short fly back time(<2% of frame cycle), on-line modification of scanning and detector settings for optimum image parameters, on-line histogram and lut's for optimization, sample preservation via beam blanking only in regions of interest(ROI) and FRAP designated regions shall be available on the instrument. Ease of operation and setup of these functions are critical and shall be available for a multi-user environment. Reliable quantitative data shall be achievable and highly reliable linear data is critical and a requirement of the instrument. The confocal instrument shall have 5.2 FPS @ 512 x 512, 77 FPS @ 512 x 32 resolution. The confocal system shall be capable of multi photon and single photon function, which can be used simultaneously (line by line mode multitracking). The confocal system shall be equipped with a spectral scanner, with 32(thirty-two) channel PMT, using a grating for high speed, efficient electronic switching between spectrally separated detector elements. The electronic switching shall allow for rapid data collection between channels with fewest scans. The confocal system shall be capable of emmision fingerprinting with 10nm collection and support acquisition modes x,y,z,t and lambda rapidly. The confocal system shall generate a lambda time stack of at least 80 nm of information in a single pass of the image for high speed kinetic acquisition. The confocal system shall achieve the same kinetic rate for z+ lambda stacks as well as Z, time, lambda stacks. Delivery shall include installation and warranty. FOB Point shall be Destination, Hamilton, MT. Delivery location is Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, MT. The following FAR provisions and clauses apply to this acquisition: (B)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation; 52.212-1 Instructions to Offerors Commercial Items; FAR52.212-2 Evaluation Commercial Items; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52-212.5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items; 52.204-9 Personal Identity Verification of Contractor Personnel. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall have posted their FAR 52.212-3 Offerors Representations and Certifications Commercial Items at website http://orca.bpn.gov. Award will be based on the capability of the item offered to meet the above stated salient characteristics, delivery, price, and the best value to the government. Offers may be mailed to Julienne Keiser at Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, Mt 59840, faxed to the POC indicated above (Fax - 406-363-9288), or e-mailed at (JKeiser@niaid.nih.gov). Offers must be submitted not later than 4:30 PM (MDST), 9/7/06. Copies of the above-referenced clauses are available from http://www.arnet.gov/far/current/html/52_000_107.html or upon request, either by telephone or fax. All responsible sources may submit an offer that will be considered by this Agency.
 
Place of Performance
Address: ROCKY MOUNTAIN LABORATORIES, 903 S. 4TH STREET, HAMILTON, MT,
Zip Code: 59840
Country: UNITED STATES
 
Record
SN01123113-W 20060825/060823220428 (fbodaily.com)
 
Source
FedBizOpps 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.