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 -- Cryotransfer System

Notice Date
9/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument 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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-RML-RFQ-7019
 
Response Due
9/20/2007
 
Archive Date
10/5/2007
 
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-#7019. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19 dated 08-17-2007. This acquisition will be processed under FAR Part 12, Simplified Acquisition Procedures (SAP), Acquisition of Commercial Items and is a Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this procurement is 334516 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 cryotransfer system for maintaining specimen temperature with little to no temperature gradients and where drift is minimal. This cryotransfer system shall be in-lens scanning electron microscopy compatible. The cryotransfer system shall make sample transfer fast, easy and successful with little to no complex training required. SCHEDULE: The cryotransfer system shall have the following requirements and deliverables; 1) Operational base temperature of at least -175 Centigrade. 2) High resolution capabilities, <0.34 nm guaranteed even at a high degree of tilt, at least 0.23 nm obtainable in high performance TEM operation. 3) Thermally isolated, cooled sample insert for low drift performance. 4) In-lens scanning electron microscopy compatible. 5) The entire tip of the cryoholder shall be cooled, not just the specimen cradle. 6) The workstation shall be composed of lightweight aluminum allowing the holder to be secure during cool down, sample loading and transfer of the holder to the TEM. 7) A clip-ring shall be available for quickly locking a frozen grid in place for the best thermal contact. 8) The temperature control unit shall be designed to adjust and monitor the holder temperature by the touch of a few simple controls. 9) A one-piece cryoshield shall be available and controlled externally by the operator, who can close the shutter during transfer to prevent sample frosting, and then open it again to begin imaging. 10) A four-specimen grid holder and specimen transfer tool for grid handling and storage shall come with the system. 11) Extended liquid nitrogen hold times and minimal boiling shall be guaranteed by the vacuum insulation of the aluminum-copper vacuum chamber. Inside delivery to RML 3(three) weeks from award of a purchase order. 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; 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. 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, including delivery, price, warranty, 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), 9/20/07. 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 LABS, 903 S. 4TH STREET, HAMILTON, MT
Zip Code: 59840
Country: UNITED STATES
 
Record
SN01398497-W 20070909/070907220727 (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.