Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2008 FBO #2469
SOLICITATION NOTICE

66 -- Analytical Laboratory Instrument

Notice Date
8/28/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6100 Executive Blvd, Rm 7A07, Rockville, Maryland, 20892-7510, United States
 
ZIP Code
20892-7510
 
Solicitation Number
HHSN-NIH-NEI-263-2008-0264-(KH)
 
Point of Contact
Kirtner D Hobson,, Phone: 301-402-4144, Zedekiah J Worsham,, Phone: 301-594-3560
 
E-Mail Address
hobsonkd@od.nih.gov, worshamz@od.nih.gov
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYSNOPSIS/SOLICITATION NOTICE. This is a combined synopsis 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; quotes are being requested and a written solicitation will not be issued. THE SOLICITATION NUMBER HHSN-NIH-NEI-263-2008-0264-(KH) is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This requirement is a 100% set aside for small business. The North American Industry Classification System Code (NAICS) applicable to this requirement is 334516 and the associated small business size is 500 employees. The following specifications are recommended for procurement of the following items: a. 2 each CED Power 1401 mk II 16 bit high performance data acquisition and interface. b. 3 each Top Box for Power 1401 with 16 additional input channels. c. 5 each Programmable gain for 16 wave form inputs. 1. The equipment shall collect and record output data from a large number of channels into electronic memory for automatic processing. 2. The equipment shall include design-mated control, sampling, multiplexing, logging (recording), and signal conditioning modules. 3. The equipment shall include integral analysis equipment and self-contained data loggers. 4. The equipment shall have expansion units with Fast data acquisition and analysis. 5. The equipment shall record waveform data, digital (event) and marker information, and it shall generate waveform and digital outputs simultaneously for real-time, multi-tasking experiment control. 6. The equipment shall have an Intel XScale® processor and on-board memory to facilitate high speed data capture, independent waveform sample rates, and complex on-line analysis, freeing valuable time for the host computer to perform other tasks, such as data manipulation and further analysis. 7. The equipment shall be of modular design for expansion for advanced applications enabling users to upgrade their systems to benefit from new technology with expansion modules for specialist signal processing. • U p to 48 channels of waveform input. • 256 Mbytes memory expandable to 1 Gbyte • Dynamically programmable amplifier option • User-selectable + 5V or + 10V input and output ranges • Synchronization with other CED 1401s for large numbers of channels, all accurately timed • USB 2.0 or PCI via advanced high-speed serial connection. • Firmware upgrades via CED web site 8. The equipment shall have Spike2 multi-channel, multi-unit recording with on-line sorting CED application software CED packages such as Spike2 and Signal, customize the system for use in a wide range of research applications, to include: • Single and multi-unit spike processing • ECG, EEG, EMG & EOG • Evoked response • In-vivo and in-vitro studies • Gastro-intestinal studies • Cardiovascular studies • Tremor analysis • Sports physiology 9. The equipment shall have Power 1401 mk 2 technical specifications. 10. The equipment shall have Waveform I/O. 11. The equipment shall have16 channels of 16-bit waveform input, switchable +5V or +10V. 12. The equipment shall have up to 48 waveform inputs via expansion units 2701-3, -5 or -9. 13. The equipment shall have maximum sampling rate: 1 MHz multi-channel, up to 2 MHz single channel. 14. The equipment shall have system accuracy and noise: 0.05% of full scale + 1.5 bits. 15. The equipment shall have optional programmable gain x1, x2, x5, x10. 16. The equipment shall have 4 waveform output channels, 16-bit, switchable +5V or +10V. 17. The equipment shall have up to 8 waveform output channels via 2701-5 top box. 18. The equipment shall have a processor and memory. 19. The equipment shall have a 32-bit Intel 800 MHz XScale® processor. 20. The equipment shall have 256 Mbyte of read-write memory expandable to 1 Gbyte Case and power supply. 21. The equipment shall have a size of 428 x 48 x 230mm (16.85 x 1.89 x 9.0 inch) (W x H x D) 22. The equipment shall have fan cooling for enhanced reliability. 23. The equipment shall have a rack mount for standard 19 inch laboratory racks. 24. The equipment shall have external 110-240V 50-60 Hz auto-sensing power supply, 45W approx. 25. The equipment shall have 12V DC option available for field/remote research applications. 26. The equipment shall have digital I/O. 27. The equipment shall have 16 digital inputs, 8 with change-of-state detection to s accuracy. 28. The equipment shall have 16 digital outputs with handshake lines for byte and output. 29. The equipment shall have Synchronisation. 30. The equipment shall have Synchronise (time lock) multiple Clocks and events. 31. The equipment shall have 5 programmable clocks with 100nS resolution. 32. The equipment shall have BNC socket for clock inputs and event (clock start) connections. 33. The equipment shall have Host interface, USB 2.0 or PCI via advanced high-speed serial connection. 34. The equipment shall have Top box with 16 additional waveform input channels (ADC expansion programmable gain (x 1,2,5,10) for 16 waveform inputs. 35. The delivery and acceptance F.O.B. point shall be Bethesda, Maryland. 36. The estimated expected delivery date shall be 60 days or sooner after receipt of the purchase order. The delivery and acceptance F.O.B. Point is National Institutes of Health, National Eye Institute, Building 49, 49 Convent Drive, Bethesda, MD 20814. The Governments estimated expected delivery date is 60 days or sooner after award of the purchase order. Quotes are due September 11, 2008 by 8:00 a.m. local time. The award will be made based upon the technical specifications of the required products and delivery period in this combined synopsis, and to the lowest price, technically acceptable quote meeting the Governments requirements. The offerors must submit written descriptive literature of the product in their quote, an itemized price list and warranties of the product quoted. The Government intends to evaluate offerors and award a purchase order without discussions with Offerors. Therefore, the initial offer should contain the offerors best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later it is determined by the Contracting Officer to be necessary. The Government may reject any or all offers, waive informalities and minor irregularities in offers received. The offerors quotes must include an itemized price lists of charges, complete description of services, complete address for invoice payment and purchase order delivery, prompt payment discount terms, the Dun & Bradstreet Number (DUNS), the taxpayer Identification Number (TIN) and vendors shall include a complete copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Items with its quote. The offeror must also register in the Government’s Contractor Registry System. Note: www.ccr.gov. The clauses and provisions referenced in this solicitation may be obtained in full text form at http://www.arnet.gov/far. 1. Delivery shall be within 60 days from the date of the award, or rationale for alternate timing, shall be included. 2. Installation, training, and a 90 day warranty, or better, shall be included. The following provisions and clauses apply to this acquisition: Far Clause 52.212-1, Instructions to Offerors - Commercial; FAR Clause 52.212-3, Offeror Representatives and Certifications – Commercials Items; FAR Clause 52.212-4 Contract Terms and Conditions – Commercial Items; and FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders – Commercial Items. In paragraph (b) of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders – Commercial Items, the following clauses will apply: 52.222-3, 52.222-19, 52.219-8, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-5, and 52.225-13. This provision may be obtained at http://www.arnet.gov/far. The NIH will evaluate the quality, completeness, and relevance of the quotes. As stated in the FAR Clause 52.212-2(a), “The Government will award a contract resulting from this combined synopsis solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered.” The quote must reference Solicitation number: HHSN-NIH-NEI-263-2008-0264-(KH). All responsible sources may submit a quote which, if timely received, shall be considered by the agency. Quotes must be submitted in writing to the Office of Logistics & Acquisitions, Simplified Acquisitions Branch, 6011 Executive Blvd., Suite 637E, Bethesda, MD 20892, Attention: Mr. Kirtner Hobson. Response may be submitted electronically to: HobsonKD@OD.NIH.GOV and by fax to (301) 402-0577. Responses will only be accepted if dated and signed by an authorized company representative. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=406eea7485bc0e01151bf7de6952a2e7&tab=core&_cview=1)
 
Place of Performance
Address: Manufacturers Location., United States
 
Record
SN01654405-W 20080830/080828222824-406eea7485bc0e01151bf7de6952a2e7 (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.