Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
SOLICITATION NOTICE

66 -- Instruments & laboratory equipment

Notice Date
9/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, MD, 20892-7902, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NHLBI-PB-(HL)-2007-236-DDC
 
Response Due
9/17/2007
 
Archive Date
10/2/2007
 
Description
This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The reference solicitation number is: NHLBI-PB(HL)-2007-236-DDC. This solicitation is issued as a Request for Quotation (RFQ). This acquisition is being conducted under FAR Part 13, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through Federal Acquisition Circular 05-18. The total dollar amount, including options will not exceed $5 million. The acquisition is being conducted as a full and open competitive, with no set aside restrictions. The North American Classification System (NAICS) code applicable to this requirement is 334519 and the associated small business size standard is 500 employees. The delivery point is the National Institutes of Health, National Heart, Lung, and Blood Institute (NHLBI), Louis Stokes Laboratories Building 50 Room 4535, 50 South Drive, Bethesda, Maryland 20814. The government intends to purchase a LSM 510 CONFOCAL MICROSCOPE. The specifications are as follows: NLO + VIS. Argon, 561 Diode, Red HeNe. 561 nm Laser Replaces 543mn Laser. 2 PMTs. To include the following accessories: Confocal Laser Scanning Module 510. Release 4.2 ? Configuration 23 non-META. with 3 confocal R/FI detectors, VIS. laser module (Ar laser 458/477/488/514nm. 30mW; HeNe laser 543nm 1mW; HeNe laser 633nm 5mW), port for Ti:3a laser, electronic rack system and LSM control software. Confocal laser scanning module LSM 510 for use with Axio Observer Zl? SP, ?AxioImager Z1?, ?AxioImager M1? and Axioskop? 2-FS MOT microscopes with confocal beam path (three confocal R/FI detectors, three individual;, entirely computer controlled confocal, spatial filters). The Simultaneous use of fluorescence dyes with excitation in the blue spectral range (exc. 458/477 or 488nm; e.g. GFP, CFP Lucifer Yellow, BCE CF, fluorescein (FITC), Cy2, acridine orange), the green spectral range (exc. 543nm; e.g. dsRed rhodamine (TRITC), Cy3, propidium iodide) and the red spectral range (exc. 633nm; e.g. Cy5, DiD, Alexa Fluor 633) is possible. Coupling of a tunable, pulsed laser in NIR (690-1050nm) permits additional multiphoton excitation of a wide range of dyes, e.g. indo-1 optional filter set). Fura-2 DAPI Cascade blue, GFP variants, Alexa, Dil BODIPY. Detection is possible in all channels. Furthermore, combined single and multiphoton excitation of different dyes is possible. The LSM Image Browser software package for display processing, sorting, print & export / import of LSM 5 images included in the delivery package. User PC advanced for LSM 510, LSM 5 LIVE to be used for LSM 5'10 Rel 3.5/ ConfoCor 3/ LSM 5 EXCITER /LSM 5 LIVE Celsius R630-2, Processor: Intel Xeon 2.8 GHz dual core, working memory: 4 GB DDRRAM PC400 ECC (extension to 8 GB possible), main board 160 GB SATA plus 160 GB SATA (extension by 160 GB SATA possible), DVD +R/RW, graphics: AT Fire GL V5200 256MB DH DV1, Gigabit Ethernet Win XP Prof. Multilingual. USB 2.0 Firewire. LCD TFT Monitor P20 - 220.1? (51cm) (D) Visible diagonal: 51 cm Max. resolution: 1600 x 1200 pixel. Horizonta; frequency: 30-82 kHz, Vertical frequency: 56-76 Hz Brightness:300 cd/m2, Contrast 700:1. Standard: TCO ?03, Viewing angle: horizontal 178 deg., vertical 178 deg. 2 Video Inputs: D-SUB + DVI-I. Operating Voltage: 110-240 V, 50/60 Hz, country specific power cable. 561nm LASER REPLACEMEND FOR 543nm LASER MONITOR DIODE FOR NLO NLO INTERFACE {can be omitted for NLO 'READY' system} Includes everything from laser to Microscope! - interface kits from laser manufacturer no longer required. For Upright microscope NLO DIRECT COUPLING IMAGER / SKP SOFTWARE OPTION VISUAl MACRO EDITOR FOR V4.2 MT / PHY / FRET / FRAP F/4.2: SW PKG NON DESCANNED DETECTORS (note: NDDs not possibie on DUO or DUOSCAN systems/ NDDs not possible on trans path of AXIO IMAGER) NON DESCANNED DETECTION KIT DETECTION MODULE EXT PMT F/NDD For use in Reflected Light Path, quantity two(2) each FLTR SET NDD FT660+KP 660 W/RM BARRIER FLTR RG 655 F/NDD. For use in Transmitted Light Path KP 660/D32 FILTER FOR NDD {for simultaneous Refl and Trans light 2X 1320-560 are required and 2-4 PMTs} OPTIONAL CHROMA FILTER SETS for NDD NDD FILTER SET CFP / YFP FL CUBE EC P&C A-IMAGER NDD FILTER SET BFP/GFP FL CUBE EC P&C A-IMAGER NDD FILTER SET GFP/RFP Fl CUBE EC P&C A-IMAGER AXIO IMAGER Z1 UPRIGHT MICROSCOPE TRANS LIGHT CHANNEL LSM/PASCAL; MOT SWITCHING MIRROR F/TL PMT; AXIO IMAGER MOT Z1; Z DRIVE RIGHT MAN/MOT IMGR/OBS; NOSEPIECE 6X DIC MOT A-IMAGER; TRANSMITTED LIGHT MAN A-IMAGERL FILTER WHEEL MAN F/A-IMAGER; FILTER SET D 25MM F/A-IMAGER; STAGE CONDENSER CARRIER A-IMAG; & TUBE LSM5 W/NDD MOD. ADPTR F/TUBE LSM MOT AX-IMAGER; ADPTR LSM SAFETY LSM>SKP/IMGR; SAFETY DEV F AXIO/IMAGER Z1/LSM DUST PROTECTION SET; EYEPIECE PL 10 X 25 FOCUSING, quantity tow (2) each, FOLDING EYECUP, quantity two (2) each. EPI-FlUORESCENCE EQUIPMENT FL/HD LIGHT TRAIN MOT A-IMAGER. FL ATTENUATOR DISCRETE MANUAL. SLIDER W/FIELD DIAPHRAGM MAN. FASTENING KIT FOR AXIO IMAGER. FL TURR 10X MOT A-IMAGER ACR. FILTER SET 38 HE EGFP. FL FILTER SET 00 EX 530-585. Fl CUBE EG P&C A-IMAGER, quantity four (4) each. CONTACT KIT LASER SAFETY ILLUM. LAMP HOUSING HBO 100. BURNER HBO 103 W/2. POWER SUPPLY F/HBO LAMP. Fl ALIGNMENT WINDOW A-IMAGER. TRANSMITTED LIGHT EQUIPMENT LAMPHOUSING 12V 100W W / COLLECT. BULB 12V 100W HAL SQUARE FILAM, quantity three (3) each. ACHR APL COND 0.9 H/D/PH/DIC. MOTORIZED STAGE SCANNING STAGE 130 X 85 / PIEZO. X-Y STAGE CONTROLLER PIEZO. XY JOYSTICK F/PIEZO CONTROL. SPECIMEN HOLDER F/SLIDES. GLASS INSERT F/S STAGE 432022. ACCESSORIES DIC DIC PRISM 11 / 0.9 W/O POLARIZER. DIC PRISM 111 / 0.9 W/O POLARIZR. ANALYZER D/DIC P&C ACR IMAGER. POLARIZER D ROT REMOVABLE. OBJECTIVES EC PLAN NEOFLUAR 10 X 0.3 PHM27. DIC SLIDER ECPN 10.20 & PA 20. PLAN APO 20 X / 0.8, WD = 0.55,. M27. DIC SLIDER ECPN 10,20 & PA 20. LD C-APO CHROMAT 40 X 1.1 W M27. DIC SLIDER C-APO 40 X / 1.2 W III. EC PLAN NEOFLUAR 40 X / 1.3 DIC M 27. DIC SLIDER ECPN 40FL 40 PA 40. PLAN APO 63 X / 1.4 OIL DIC M27. DIC SLIDER PLAN APO 63 HR III. C-APO 63 X . 1.2 W / CORR UV-IR, M27. DIC SLIDER ECPN 63X CA 63X HR. NLO TABLE SMALL 1400 X 1500. The government=s required delivery date is five (5) to six (6) weeks after receipt of purchase order. The provisions of FAR Clause 52.212-1, Instructions to Offerors-Commercial Items is applicable to this acquisition. The provisions of FAR Clause 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The purchase order award will be made to the Offeror whose Part meets the Government=s minimum performance specifications, functional specifications, and delivery date. A best buy analysis will be performed taking into consideration price, shipping points, technical specifications, special features, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, environmental and energy efficiency considerations, delivery terms, and past performance. In addition to a price quote, the Offeror must submit descriptive literature of the Part proposed, a commercial price list, warranty provisions, and any other information the Offeror considers relevant to the Government=s evaluation of the Part proposed. The Government intends to evaluate the quotes and award the purchase order without discussion with Offerors. Therefore, the initial offer should contain the Offerors best terms for a technical and price standpoint. However, the Government reserves the right to conduct discussions, request Part samples or demonstrations, if later determined by the Contracting Offeror to be necessary. The Government may reject any and all offers if such action is deemed necessary. The Government may also waive informalities and minor irregularities in the offers received. The Offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The addendum to FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, is as follows: The Offeror must include in its quote, the unit price, the list price, installation charges, shipping and handling cost, the delivery date, prompt payment discount terms, the F.O.B. point (Destination or Origin), and provide descriptive literature inclusive of specifications as part of the quotation. The DUN and Bradstreet Number (DUNs), the Taxpayer Identification Number (TIN), and the business size. The Offeror must be registered in the Government=s Central Contractor Registry (CCR) System, which is available at www.ccr.gov . The FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation For Simplified Acquisitions, applies to this acquisition. The following FAR clauses cited are applicable to this acquisition: (1) 52.222-26, Equal Opportunity (E.O. 11246). (2) 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212). (3) 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793). (4) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). (5) 52.225-3, Buy American Act - Supplies (41 U.S.C. 10). (6) (I) 52.225-21, Buy American Act - North American Free Trade Agreement Implementation Act - Balance of Payments Program (41 U.S.C 10, Pub. L. 103-187). (6) (ii) Alternate I of 52.225-21. (7) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). There are no numbered notes applicable to this notice. Quotations are due Monday, September 17, 2007, 8:30 a.m. at the National Heart, Lung and Blood Institute, Office of Acquisitions, Procurement Branch, 6701 Rockledge Drive, Suite 6042, Bethesda, Maryland 20892-7902. Attention Deborah Coulter, Contract Specialist, (301) 435-0368. Quotations may be submitted electronically to coulterd@nhlbi.nih.gov or by FAX to (301) 480-3345. The electronic transmission and fax transmission must reference the solicitation number: NHLBI-PB(HL)-2007-236-DDC. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency.
 
Place of Performance
Address: Bethesda, MD
Zip Code: 20892-7902
Country: UNITED STATES
 
Record
SN01398487-W 20070909/070907220718 (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.