SOLICITATION NOTICE
66 -- Analytical Laboratory Instrument
- Notice Date
- 8/14/2008
- Notice Type
- Combined Synopsis/Solicitation
- 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, Maryland, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- NHLBI-PB-{HL}-2008-230-DDC
- Archive Date
- 9/17/2008
- Point of Contact
- Deborah - Coulter,, Phone: (301) 435-0368, Chris Belt,, Phone: 301.435.6672
- E-Mail Address
-
dc143b@nih.gov, cbelt@nhlbi.nih.gov
- Small Business Set-Aside
- N/A
- Description
- THIS IS A COMBINED SYNOPSIS / SOLICITATION NOTICE. This is a combined synopsis / solicitation for commercial items, prepared in accordance with the format of FAR 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)-2008-230 /DDC. This solicitation is issued as a request for quotation (RFQ). This acquisition is being conducted under the procedures in accordance with FAR 13.3 Simplified Acquisition Methods, and FAR Part 13.5 – Test Program for Certain Commercial Items. The resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 2005-026. The total contracted dollar amount, including options will not exceed $5 million. The acquisition is being conducted as a Full open competition with no 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 National Institutes of Health (NIH), National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisition (OA), for the Laboratory of Molecular Physiology (LMP), intends to award a single, fixed priced purchase order for the purchase of EMCCD Cascade Camera System and accessories. 1. Cascade 128+ EMCCD camera: 128 x 128 back-illuminated imaging array/24x24 un pixels. (510 frames/second full frame with binning 1x1; 10MHz). 2. Catalog #31281 MetaMorph System ID 3830 Software Upgrade from 6.3 to currently supported version 7.5, to include one (1) year of software maintenance at no additional cost. 3. Catalog #40052 MetaMorph System ID 3830 Photometrics Camera Drivers to run a Cascade 128+camera. The Government’s required functional specifications: The system is required to be a high speed EMCCD camera to conduct single molecule type experiments onto the Laboratory of Molecular Physiology (LMP) total internal reflection fluorescent (TIRF) microscopy. The advantage of this camera is acquiring 500 frame rates (2 milliseconds per frame) on full frame imaging. The camera currently being used by LMP has only 3 frame /second on full frame imaging. The LMP is required to observe a detail movement of myosin molecules (motor protein) along an actin filament (track). The camera must be able to perform in high resolution. The Government’s anticipated delivery date is September 19, 2008. The Government’s acceptance terms and FOB point are the National Institutes of Health, National Heart, Lung, and Blood Institute (NHLBI), Laboratory of Molecular Physiology, Bethesda, Maryland. A Market research conducted by the Government has determined that Equipment is manufactured in sufficient quantities by at least three (3) manufacturers which confirm the commercial market. 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 Government will evaluate the quotes using the following criteria: 1)Compliance with the functional technical specifications of the required instrument, and 2) the requested delivery date. The purchase order award will be made to the Offeror whose product 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 product proposed, a commercial price list, warranty provisions, and any other information the Offeror considers relevant to the Government’s evaluation of the product 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 product 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. NOTE: The Offeror must be registered in the Government’s Central Contractor Registry (CCR) System, which is available at www.ccr.gov, in order to receive an award from the NIH, NHLBI. The FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - applies to this acquisition. 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. Specify the date, time and place offers are due. Offers are due on September 2, 8:30 a.m. EST at the National Heart, Lung and Blood Institute, Office of Acquisitions, Procurement Branch, 6701 Rockledge Drive, Room Number 6151, Bethesda, Maryland 20892-7902. The electronic transmission must reference the solicitation number: NHLBI-PB(HL)-2008-230/DDC. Specify the name and telephone number of the individual to contact for information regarding the solicitation. Attention Deborah Coulter, Contract Specialist, (301) 435- 0368. Quotations may be submitted electronically to coulterdd@nhlbi.nih.gov., or fax to (301) 480-3345. All responsible sources may submit a quotation/proposal, which if timely received, shall be considered by the agency.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bb6a091c17ea5a12ac9185531bd70625&tab=core&_cview=1)
- Place of Performance
- Address: NIH, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN01641103-W 20080816/080814224748-bb6a091c17ea5a12ac9185531bd70625 (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 |