SOLICITATION NOTICE
67 -- Digital CCD Camera System
- Notice Date
- 7/20/2007
- Notice Type
- Solicitation Notice
- NAICS
- 333315
— Photographic and Photocopying Equipment Manufacturing
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street Butler Square, 5TH Floor, Minneapolis, MN, 55403, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-07-107785
- Response Due
- 7/30/2007
- Small Business Set-Aside
- Total Small Business
- Description
- The United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), Plant Protection Quarantine , Beltsville, MD has a requirement for 1 (one) Digital CCD Camera System. Line Item 0001-0002 are BRAND NAME or EQUAL requirements. Brand Name or Equal descriptions are intended to be descriptive, but not restrictive and are to indicate the quality and characteristics of products that will be considered satisfactory to meet the agencys' need. A Fixed-Price purchase order will result. F.O.B, destination, Beltsville, MD. Small Business set-aside under NAICS Code 333315. QUOTATIONS ARE DUE July 30, 2007 by 10:00 AM, CENTRAL TIME. Submit written or faxed quotations to the Purchasing Section at (612) 370-2136 Attention Gloria Benson. (i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial supplies prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; quotations are being requested and a written solicitation will not be issued. (ii) The reference number for this effort is 07-107785 and is issued as a request for quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed at http://farsite.hill.af.mil/cffara.htm. All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all line items; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; and 4) An original and one (1) copy of the most recent price list(s) (iv) This requirement consists of 6 (six) line items. . (v) The products to be provided under this contract will consist of the following: ***Line Item 0001: Quantity One (1) Peltier cooled camera, 4.2 megapixels, bottom mount Sensor KODAK KAI 4021M Interline Transfer, 2048 x 2048 pixels or EQUIVALENT, which shall meet or exceed the following salient characteristics: 1) Interline Transfer, progressive scan 2) Camera mount for the bottom TEM port of an existing JEOL- 100 transmission electron microscope. 3) Field of view = 90% to 150% area of TEM plate camera negative 4) Image aspect ratio = 1.1 5) Pixel count = 2048 x 2048 6) Pixel size = 7.4um x 7.4um, square 7) Full well capacity, photoelectrons, not binned = 40,000 8) Sensor QE = 55% 9) Sensitivity = 16uv/e 10) Guaranteed dynamic range, cooled sensor = 12 bit (4,096 gray levels) 11) Frame rates, subject to exposure time: 5 FPS @ 2048 x 2048 9 FPS @ 1024 x 1024 (bin 2 x 2) 15 fps @ 512 X 512 (BIN 4 X 4) 38 fps @ 64 X 64 (preview) 12) Binning on chip, flexible options, operator selectable 13) Exposure time, electronic shutter = 3 ms to 20 minutes 14) Sensor cooling ? thermoelectric, up to 20 degrees Celsus below ambient with air 15) Camera control and image processing software included 16) Component Interface = IEEE 1394 (firewire) ***Line Item 0002: Software included: Micrograph for Windows and Picture Frame for Windows and Macintosh or EQUIVALENT, Line Item 0001-0002 are BRAND NAME or EQUAL requirements. Brand Name or Equal descriptions are intended to be descriptive, but not restrictive and are to indicate the quality and characteristics of products that will be considered satisfactory to meet agency?s need. ***Line Item 0003: Travel to Beltsville, MD for Training of staff, ***Line Item 0004: Installation and Training to include uncrating/unpacking of all equipment, set-up and hook-up to the existing JEOL-100, demonstration of all required specifications, and removal of trash. Onsite installation and demonstration shall be done at USDA, APHIS, PPQ, PSPI, Beltsville, MD. ***Line Item 0005: Warranty parts and Labor for one year; ***Line Item 0006: Shipping Future upgrade or replacement to a higher specification system should only be at price difference. Transfer of existing system to a different electron microscope must be possible and at less than the cost of a new system. If you provide a quotation for other than the Brand Name you must provide technical information about the product up propose so that a technical determination can be made in the review process. Failure to provide the evidence of any equivalent product may result in your proposal being excluded from consideration for award. Quantity One (1) Digital CCR Camera System that will attach to the bottom port of an existing JEOL-100 transmission electron microscope . Components/Services must include TEM camera system with a resolution of at least 4 mega pixels, camera control and image analysis software, computer and monitor, installation and training. The digital image must have a field of view equal to or larger than TEM film Deliverables and acceptance of deliverables will be FOB destination Beltsville, MD. (vii) The Government will award a contract resulting from this solicitation to responsible offeror whose offer conforming to the solicitation, offers the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor: Meeting or Exceeding the Requirement, 2) Price. If Technical Capability and Price are equivalent, price shall be the determining factor. All questions are to be submitted by email to gloria.j.benson@aphis.usda.gov Technical Capability Evaluation of Technical Capability will be based on the information provided in the quotation. Quotes shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addresses all salient characteristics, and clearly documents that the offered products meets salient characteristics stated above and meets the needs of the Government as well as the brand name. Applicable FAR clauses are incorporated by reference: Instructions to Offerors-Commercial Items 52.212-1; Evaluation-Commercial Items 52.212-2; Offeror Representations and Certifications 52.212-3; Contract Terms and Conditions-Commercial Items 52.212-4; Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items 52.212-5; 52.225-3 and 52.225-3 Alt 1, Buy American Act-Free Trade Agreements-Israeli Trade Act; Prohibition of Segregated Facilities 52.222-21; Equal Opportunity 52.222-26; Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-35; Affirmative Action for Workers with Disabilities 52.222-36; Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-37; Installment Payments on Commercial Items 52.232-30; Payment by Electronic Funds Transfer-Central Contractor Registration 52.232-33; Central Contractor Registration 52.204-7. All responsible sources may submit a quotation for consideration. NOTE: FAR 52.212-3 SHALL BE COMPLETED AND RETURNED WITH THE OFFERORS QUOTE. All offers shall be signed, and include the following information: Company Name _________________________________________________ Address_________________________________________________________ Contact Person ___________________________________________________ Phone Number ____________________________________________________ DUNS # _________________________________________________________ Tax I.D __________________________________________________________
- Place of Performance
- Address: BLDG 580, BARC-EAST, BELTSVILLE MD
- Zip Code: 20705
- Country: UNITED STATES
- Zip Code: 20705
- Record
- SN01347776-W 20070722/070720220331 (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 |