MODIFICATION
66 -- LSM 5-LIVE DUOSCAN
- Notice Date
- 9/5/2007
- Notice Type
- Modification
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Nat'l Institute of Diabetes, Digestive, & Kidney Diseases, 2 Democracy Plaza, Suite 700W 6707 Democracy Blvd., MSC 5455, Bethesda, MD, 20892-5455, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- NIH-NIDDK-07-336
- Response Due
- 9/17/2007
- Archive Date
- 10/2/2007
- Description
- PLEASE NOTE: THIS IS AN AMENDMENT This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NIH-NIDDK-07-336 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-18. The North American Industry Classification (NAICS) Code is 334516 and the business size standard is 500 employees. However, this is not a set aside for small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The National Institutes of Health (NIH), National Institute of Digestive, Diabetes & Kidney Diseases (NIDDK) intends to procure the following items: Brand Name or Equal to the following Carl Zeiss products: Catalog # Description QTY 1442243KITELS LSM 5 LIVE V2 VGB/561 FP V4.2 1 0000001416631000 Laser Line 635NM 30MW 1 911995KIT0000000 VIS DUOSCAN For LSM 5 Live Includes Duoscan, calibration tools. Beam Combiners 405+VIS, 80/20 (1351-618) 1 911996KIT0000000 405 Upgrade F/VIS Duoscan Live 1 0000001366720000 AOTF/AOM Insert External 1 0000001351622000 BM Comb 488 RP-DUOSCAN/LIVE 1 9108121999169000 FLTR SET CFP/YFP LIVE SCANHEAD 1 9108121999147000 1R PASS F/BF/DIC F/LIVE 32MM 1 0000001435703000 Visual Macro Editor for V4.2 1 912037KIT0000000 MT/PHY/FRET/FRAP F/4.2 SW PKG 1 4310079901000000 Axio Observer Z1 MOT 1 4300520000000000 Z Drive Left Man/MOT IMGR/OBSV 1 4245270000000000 NOSEPIECE 6C DIC MOT A-OBSERVR 1 0000001069229000 Mirror insert MOT F/VIS-FP-8P 1 4251580000000000 ADPTR LSM SP N Left/T60N SP R 1 4236370000000000 Rear Port Axio Observer F/LSM 1 4310130000000000 Optovar Turret 3X MOT 1 0000001228198000 1X Tube Lens for LSM 5 1 4513520000000000 Frame K Universal 1 4255370000000000 Binocular Tube F/Observer 1 4329240000000000 Equip Laser Safety Obsvr/LSM 1 0000001312697000 Safety Kit F/LSM LIVE/DUOSCAN 1 4593300000000000 Dust Cover F/VERT100/135/200 1 4249490000000000 REF Turret 6X F/DUO/DUOSCAN 1 4249310000000000 FL Cube EC P&C A-IMAGER 3 4880490000000000 FL Filter Set 49 DAPI 1 4880900000000000 FL Filter Set 09 EX BP450-490 1 4880200000000000 FL Filter Set 20 CY3 1 4249310000000000 FL Cube EC P&C A-Imager 1 4880244000000000 FL Dual FLTR SET 24 FITC+ TX RED 1 4239230000000000 ILLUM Carrier Trans Light LSM 1 4230000000000000 Lamphousing 12V 100W w/Collect 1 3807995400000000 Bulb 12V 100W Hal,Square Film 1 0000001005862000 Analyzer Slider Fiaxiovert 200 1 0000001121813000 Polarizer D Rotatable 1 0000001308905000 Contact Kit Laser SFTY X-CITE 1 0000001402934000 X-CITE 120 1.5M W/IRIS F/DUO 1 4206409900000000 Plan APO 10X/0.45 D=2.1MM M27 1 4206509901000000 Plan APO 20X/0.8, WD=0.55, .M27 1 4204629900000000 EC Plan Neofluar 40X/1.3DICM27 1 4269400000000000 DIC Slider ECPN 10,30 & PA 20 1 0000001033912000 DIC Slider Plan NEO 40X/1.3 1 4207829900000000 Plan APO 63X/1.4 OIL DIC M27 1 4269570000000000 DIC Slider Plan APO 63 HR III 1 4242440000000000 LD Cond 0.55 H/PH Mot 1 4550449901000000 Eyepiece W PL 10X/23 FOCUSING 2 4480100000000000 Folding Eyecup 2 4269689010000000 DIC Slider EC ON 40X/0.9 III 1 4203639901000000 EC PLAN NEOFLUAR 40X/0.9POL M27 1 0000001095168000 Interim Ring W0.8 To M27, 0MM 3 4217679970000000 C-APO 40X/1.2W CORR D=0.28 M27 1 4269480000000000 DIC Slider C-APO 40X/1.2 W III 1 4320280000000000 Scan STG DC 120X 100 MM Vert200 1 0000001131674000 MCU 28 Control Unit 1 0000001315568000 CAN BUS Interface Cable 3.5M 1 4574330000000000 Joystick Control F/XY Movement 1 0000001313510000 Piezo Focus Insert F/VERT 200 1 4329070000000000 TFT Docking Sta/Imager/Observr 1 912061KIT0000000 Incubation XL LSM SP W/C02 1 9108370118000000 LSM5 TBLE 30x30 Threaded/GR48 1 9107900083000000 Misc LSM Accessories 1 The ?equal? items must meet the characteristics of the brand name item to be acceptable for award. Basis for Award: Offerors must provide descriptive literature or other material that demonstrates their offer meets the forgoing requirements. The contract will be awarded to the responsible offeror whose offer fully meets the requirements of the solicitation, provides the best value, with price and technical factors equally important in award evaluation. The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors ? Commercial; 2) FAR Clause 52.212-2, Evaluation ? Commercial Items. As stated in FAR Clause 52.212-2 (a), ?The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.? The following factors shall be used to equally evaluate offers: Technical Evaluation, Price, and Past Performance; NOTE: Vendors must submit a listing of the most recent contracts/awards (minimum of 3) in which similar apparatus or equipment was purchased. Contracts/awards may include those entered within the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract: 1. Name of Contracting Organization, 2. Contract Number (for subcontracts provide the prime contract number and the subcontract number, 3. Contract Type, 4. Total Contract Value, 5. Description of Requirement to include Statement of Work, 6. Contracting Officer?s Name and Telephone Number, and Program Manager?s Name and Telephone Number 3) FAR Clause 52.212-3, Offeror Representations and Certifications ? Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders ? Commercial Items, Contract Terms and Conditions ? Commercial Items; and 5) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items ? Deviation for Simplified Acquisitions. If past performance questionnaire is available, please submit. This notice of intent is not a request for competitive quotations however; all responses received within 13 days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. The offeror must include in their quotation, the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Quotations will be due thirteen (13) calendar days from the publication date of this synopsis on September 17, 2007. The quotation must reference ?Solicitation number? NIH-NIDDK-07-336. All responsible sources may submit quotation, which if timely received, shall be considered by the agency. Two (2) copies of quotations must be submitted in writing to the National Institute of Diabetes and Digestive and Kidney Diseases 6707 Democracy Blvd., Room 765C, Bethesda, Maryland 20817, Attention: Tina Robinson. Faxed copies will not be accepted. In order to receive an award from the NIDDK, contractors must be registered in the Central Contractor Registration (CCR) www.ccr.gov.
- Record
- SN01395084-W 20070907/070905220513 (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 |