Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2008 FBO #2323
SOLICITATION NOTICE

66 -- Dual Mode Microscope

Notice Date
4/4/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
ZIP Code
00000
 
Solicitation Number
SB1341-08-RQ-0174
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. ***This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-24.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. However, this requirement is unrestricted and all interested Contractors may submit a quotation.*** *** The National Institute of Standards and Technology is seeking to purchase one (1) Dual Mode Fluorescence Microscope. Background: NIST is seeking to procure an optical microscope that allows for the observation of both fluorescent and non-fluorescent samples simultaneously and in real time. This microscope must produce high resolution images of live cells, nano-materials and fluorescence. NIST requires a replacement for the standard condenser which optimizes high signal to noise ratio (contrast) and detection in a quick and efficient manner. This microscope must allow samples to be viewed at a level of detail not possible with traditional optical imaging techniques such as phase contrast or Differential Interference Contrast (DIC). **All interested Contractors shall provide a quote for the following: Line Item 0001: Quantity One (1) Dual Mode Fluorescence Microscope, which shall meet or exceed the following specifications: High Resolution adaptor and Dual Mode Fluorescence Module capable of providing advanced optical imaging and the ability to detect fluorescent and non-fluorescent samples by scatterometry and in real-time. Microscope must contain the following items: a. High Resolution Adaptor b. Liquid Light Guide c. 24 Watt Metal Halide Light Source d. Standard Filter Kit, Red, Blue and Polarized e. Dual Mode Fluorescence Module and filters f. 61002x 25mm DAPI/FITC/Texas Red Excitation g. 61002m 25mm Dapi/fitc/Texas Red Emitter h. D350/50x Single Band DAPI Exciter - 25mm i. S492/18x Single Band FITC Exciter - 25mm j. S572/23x Single Band Texas Red Exciter - 25mm k. Perfusion Heater Controller Dual Channel l. Slow-Flow Solution Heater for Heater Controllers m. Grease Kit n. Holder for Solution Heaters o. Temperature Controller with 120 VAC/US Plug p. Imaging Chamber Closed Bath Low Profile Design q. Cable Assembly r. Repl Heater Elements s. Objective Warmer 29MM W/20.3 MM Thread Environmental chamber (perating as a closed bath system) that supports high resolution, long-term studies of live cells, while enabling real-time, simultaneous observation of fluorescent and non-fluorescent portions of the sample. The environmental chamber applications must include perfusion and temperature control and gases. This closed bath environmental chamber must support oil immersion contact with the high resolution illumination system as well as an oil immersion microscope objective Microscope - Cube Turret Focus: Vertical stage movement: 25mm stage stroke with coarse adjustment limit stop; Torque adjustment for coarse adjustment knobs; Stage mounting position variable; High-sensitivity fine focusing knob (adjustment gradations: 1 micrometer) Illuminator: Built-in Kohler illumination for transmitted light 6V30W halogen bulb (pre-centered). Must have a light preset switch. Revolving nosepiece: Must be an interchangeable reversed sextuple/quintuple nosepiece. Widefield (F.N. 22): Widefield binocular, inclined 30 degrees; Widefield tilting binocular, inclined 5 - 35 degrees; Widefield trinocular, inclined 30 degrees; Widefield ergo binocular, inclined 0-25 degrees. Super widefield (F.N. 26.5): Super widefield trinocular, inclined 24 degrees. Stage: Ceramic-coated coaxial stage with left or right hand low drive control; with rotating mechanism and torque adjustment mechanism, must have optional rubber grips available (non-stick grooved coaxial, plain, rotatable stages must also be available) Condenser: Abbe (N.A. 1.1), 4x-100x Swing out Achromat (N.A. 0.9), 1.25x-100x (swing out: 1.25x-4x) Achromatic Aplanat (N.A. 1.4), 10x-100x Phase-contrast, darkfield (N.A. 1.1), 4x-100x Darkfield dry (N.A. 0.8-0.92), 10x-400x Darkfield oil (N.A. 1.20-1.40) 10x-100x Ultra low (N.A. 0.16), 1.25x-4x CCD camera with minimal resolution of 1600 x 1200, Effective Pixels HxV 1600 x 1200 x 2048 x 2048; Pixel Size 7.4um x 7.4um; Frame Rate 16 fps ) Line Item 0002: Quantity One (1) Installation and Training: The contractor shall schedule and facilitate one (1) training session for four (4) technical personnel at NIST. The training shall provide a thorough demonstration of all equipment functions, maintenance, data administration, and basic troubleshooting. The training may be completed at NIST immediately after installation and demonstration of performance specifications, but no later than 30 days after installation. ***The Contractor shall provide a minimum of a Twelve (12) Month Warranty for the instrumentation. The warranty must cover parts and travel/labor for on-site repairs under the warranty period*** ***Delivery shall be completed not later than 30 days after receipt of an order and shall be FOB Destination. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899. *** *** Award shall be made to the quoter whose quote offers the best value to the Government, technical capability, past performance, and price shall be considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, and 3) Price. Technical capability and Past Performance, when combined, shall be approximately equal in importance to price. If Technical Capability and Past Performance are equivalent, price shall be the determining factor. Technical Evaluation: Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include product literature, which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. Past Performance: Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor's history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history with NIST or its' affiliates. Offerors must provide a list of at least three (3) references to whom the same or similar equipment has been provided. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. If three (3) references cannot be provided for the same or similar equipment, the offeror must provide three (3) references to whom equipment has been provided. In addition, a description of the equipment sold to the three (3) references must be provided. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items.*** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.*** ***The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: (16) 52.222-3, Convict Labor; (17) 52.222-19 Child Labor - Cooperation With Authorities And Remedies; (18) 52.222-21, Prohibition of Segregated Facilities; (19) 52-222-26, Equal Opportunity; (21) 52.222-36, Affirmative Action for Workers with Disabilities; (24) 52.222-50 Combating Trafficking in Persons (29) 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act; ALTERNATE II (31) 52.225-13 Restriction on Certain Foreign Purchases; (36) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. *** ***All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; 4) An original and one (1) copy of the most recent published price list(s), and 5) Past performance references which must include the company/organizations name, contact person, phone number, and e-mail address. This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. ***All quotes shall be received not later than 3:00 PM local time, on April 18, 2008 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Andrea Parekh. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Andrea G. Parekh) @ andrea.parekh@nist.gov. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-6984. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24-hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. E-mailed quotes ARE acceptable. Faxed quotes will NOT be accepted. ***
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=055431d64e800d482ac46537540bfe67&tab=core&_cview=1)
 
Record
SN01547873-W 20080406/080404221355-055431d64e800d482ac46537540bfe67 (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.