Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2008 FBO #2492
SOLICITATION NOTICE

66 -- Ludl Automation MAC 5000 Controller System

Notice Date
9/20/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Center for Health Care Contracting, Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W74MYH82270750
 
Response Due
9/25/2008
 
Archive Date
11/24/2008
 
Point of Contact
Jeffery S. Croley, 210-221-3349<br />
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the 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. The combined synopsis/ solicitation number is W74MYH82270750. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-23. The associated North America Industry Classification System (NAICS) Code is 541990. This requirement is Unrestricted. The Government contemplates award of a Firm-Fixed Price contract, Brand Name Only. Description of Requirement: Ludl Automation MAC 5000 Controller (or newer brand name technolgy), Manufacturer: Ludl Electronic Products; Ludl Automation MAC 5000 Controller, 1 EA; Win Suite XTRA 640192 A IPLab, 1 EA; Manufacturer: BioVision Technologies; Infocus Tot 640199 Digital Pack, 1EA; 36060v2 EIF 97 Filter Set w Bandpass, 1 EA; 460 50m Bandpass Emitter for Dapi, 1 EA; 91009 Filter Cube for Lecia DMIRB Microscopes, 1 EA; 21003a 25mm Polarizing Filter, 1 EA; Installation and Training; warrantees System shall have the following salient characteristics: (1) the motorized stage must have sufficient precision for generating mosaic images from images acquired at 20x magnification, (2) the motorized stage must be able to interface with an existing Leica DM RXA microscope, (3) the motorized stage must be compatible with the z-motor on an existing Leica DM RXA microscope, (4) the motorized stage must be controlled through a joy stick, (5) the software control of the motorized stage must be implemented with existing IPLab software, (6) the installation of the motorized stage must include customized macros within IPLab that will perform mosaic imaging as well as image corrections for lighting variations, (7) appropriate digital image deconvolution algorithms for IPLab must be supplied for 2D and 3D imaging applications, and (8) the purchase of this microscope accessory must include installation and training on the software package and the implementation of end-user defined customizations. (9) offer must include commercial warrantees. Acceptance shall be at destination. Shipping shall be FOB Destination to: Armed Forces Institute of Pathology, Property Management Branch, 6825 16th Street NW, Bldg 54, Washington, DC 20306 1. Part #: Ludl Automation; Description: MAC 5000 Controller for XY Stepper Stage. Includes joystick (995052), stage, 4X 4, Stepper Motors, with Linear Encoder/50mm (99S101-LE2), Slide insert holder for upright stage single/double 3X2. Manufacturer: Ludl Electronic Products Qty: 1Ea Unit price____________________ 2. Part #: Win Suite XTRA 640192-A, Description: IPLab software by Manufacturer: BioVision Technologies, Additional copy of IPLab for Windows Suite. Includes Plab, Motion control, and MultiProbe extension. Qty: 1Ea Unit price____________________ 3. Part# Infocus 640199, Description: Infocus-Digital deconvolution (no-neighbor, nearest neighbor, inverse) Qty: 1Ea Unit price____________________ 4. Part# 36060v2, Description: EIF 97 Filter Set with Bandpass Qty: 1Ea Unit price____________________ 5. Part# 460/50m, Description: Bandpass Emitter for Dapi (to replace filter in A set) Qty: 1Ea Unit price____________________ 6. Part# 91009, Description: Filter Cube for Lecia DMIRB Microscopes, Qty: 1Ea Unit price____________________ 7. Part# 21003a, Description: 25mm Polarizing Filter Qty: 1Ea Unit price____________________ 8. Part# Installation and Training, Description: Installation and Training for all BioVision components. Includes custom macros for ease of use with IPLab software. The following provisions and clauses will be incorporated by reference: FAR 52.212-1 Instruction to Offerors Commercial Items FAR 52.212-2 Evaluation Commercial Items The contract will be awarded to the Best Value with consideration for: 1. Technical Acceptability in order to be considered technically acceptable, vendors must demonstrate that all items proposed meet or exceed the salient characteristics listed above and brand name. 2. Price all proposals will be evaluated in accordance with the following criteria: brand name and price, with technical capability being significantly more important than price. All clauses throughout this solicitation can be viewed and can be downloaded by accessing the website listed in this solicitation under FAR 52.252-1. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. FAR 52.212-3, Offerors Representations and Certifications Commercial Items- Vendors shall include a completed copy of FAR provision 52.212-3 with their offer. An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. FAR 52.212-4 Contract Terms and Conditions Commercial Items. ADDENDUM to 52.212-4 to include the following Defense Federal Acquisition Regulation Supplement (DFARS) clauses 252.232-7003 Electronic Submission of Payment Requests with invoicing and payment through Wide Area Work Flow (WAWF) and 252.211-7003 Item Identification and Valuation FAR 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.223-3 Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment By Electronic funds Transfer Central Contactor Registration FAR 52.225-18 Place of Manufacture (requires offeror to fill-in data and return with offer) FAR 52.247-34 FOB destinaiton FAR 52.252-1 Solicitation Provisions Incorporated by Reference web sites are: www.arnet.gov; www.farsite.hill.af.mil;www.dtic.mil/dfas; www.ccr.gov FAR 252-252-2 Clauses Incorporated by References DFARS 252.204-7004 Alternate A Central Contractor Registration DFARS 252.211-7003 Item Identification and Valuation DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (this is a fill-in clause to be sent back with offer.) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition with the following sub DFARS clauses that apply: 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests 252.247-7024 Notification of Transportation of Supplies by Sea Quotations must be signed, dated and received by 11:00 AM CST September 24, 2008 via fax at 210.221.5402 or email to jeffery.croley@amedd.army.mil. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concerning this Request for Quotation contact Edward Domowski, Contract Specialist, via email at jeffery.croley@amedd.army.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=eb87495d8f55ddb8cbc0762fc5edf0a5&tab=core&_cview=1)
 
Place of Performance
Address: Center for Health Care Contracting ATTN: MCAA C BLDG 4197, 2107 17TH Street Fort Sam Houston TX<br />
Zip Code: 78234-5015<br />
 
Record
SN01677231-W 20080922/080920214124-eb87495d8f55ddb8cbc0762fc5edf0a5 (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.