Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2009 FBO #2679
SPECIAL NOTICE

66 -- Instruments & laboratory equipment

Notice Date
3/26/2009
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument 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-EB-2009-109-JNB
 
Archive Date
4/24/2009
 
Point of Contact
Jeffery Battle,, Phone: 301-435-0343, Rosie Owens,, Phone: (301) 435-0366
 
E-Mail Address
battlej2@nhlbi.nih.gov, rowens@nih.gov
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: NHLBI-PB-(EB)-2009-109-JNB This is a solicitation for commercial items, prepared in accordance with the Format in FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, and a separate written solicitation will not be issued. This solicitation number is NHLBI-PB-(EB)-2009-109-JNB, and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-30. The North American Industry Classification (NAICS) Code is 334516 and the business size standard is 500 employees. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. It is the intent of the National Institutes of Health (NIH), National Institute of Biomedical Imaging and Bioengineering (NIBIB) and the National Institutes of Neurological Disorders and Stroke (NINDS), to procure the Dual-Axis Tomography Holder (Model 2040), from manufacturer E.A. Fischione Instruments, Inc, 9003 Corporate Circle, Export PA 15632. The sole source determination: is based on the need of the study, Determination of Nucleus Ultra Structure with Electron Tomography, for this Dual-Axis Tomography Holder (Model 2040), to collect high-resolution electron tomography data from delicate specimens, in a scientific collaboration between scientists in the National Institutes of Biomedical Imaging and Bioengineering (NIBIB), and the National Institutes of Neurological Disorders and Stroke (NINDS). These experiments promise to provide new information about structures. When a single-tilt holder is used to obtain dual-axis tilt data, it has been found that electron topographic reconstruction is compromised. Specimens are extremely valuable, and many days are spent in characterization. Only the Flexi clamp mechanism provided by the Fischione dual-axis holder satisfies this requirement. A specimen holder is required to perform electron tomography with the following essential features 1) The tilt range must be not less than +/- 70 degrees on two orthogonal axes (i.e., dual axis tilting) without removal of the specimen holder from the microscope column 2) The holder must operate with an objective pole-piece gap of 5mm 3) A flexible clamp consisting of an annular spring must securely clamp the specimen into the specimen cup. A dedicated tool must be provided to remove the flexible clamp as well specimen grids easily, without causing any damage to the delicate specimens. 4) Initially, it must be possible to fully rotate the specimen through 360 degrees so as to orient the grid bars, or a particular specimen feature relative to the alpha tilt axis. 5) A two position precision indexing mechanism must provide a capacity for 90 degree in-plane rotation. 6) The holder must provide a spatial resolution of 0.34 nm in all directions. 7) The specimen drift must be less than 3.0 nm per minute. The offer must include complete copies of the following provisions: 1) FAR Clause 52.212-1, Instructions to Offerors Commercial: 2) FAR Clause 52.212-2, Evaluation Commercial Items. As stated in FAR Clause 52.212- (a), The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforms to the solicitation, and will be most advantageous to the Government, with price and other factors considered. The following factors shall be used to evaluate offers: Technical Evaluation and Price. 3) FAR Clause 52.212-3, Offeror Representation and Certifications Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions Required to implement Statues or Executive Orders Commercial Items, Terms and Conditions Commercial Items; and 5) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items Deviation for Simplified Acquisitions. This action is under the authority of 41 U.S.C. 253 (c)(1), as set forth in FAR 6.302-1 and HHSAR 306-302-1. Only one responsible source and no other supplies or services will satisfy agency requirements. Interested parties may identify their interest and capabilities to respond to the requirement, by submitting a proposal. This notice of intent is not a request for competitive quotations, however, all responses received within 15 days from the date of publication of this synopsis, will be considered by the Government. A determination by the Government not to compete this proposed acquisition, is based upon responses to this notice, and is solely for the purpose of determining whether to conduct a competitive acquisition. The Offeror must include in their quotation, the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the delivery terms (Destination or Origin), the Duns and Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. NOTE: In order to receive an award from the Government, the contractors must have a valid registration in the Central Contractors Registration (CCR) www.ccr.gov. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the items specified in this synopsis, should submit their quotation to the below address. Quotations will be due fifteen (15) calendar days from the publication date of this synopsis, or April 9, 2009 at 3:00 pm (DST), Eastern Standard Time. The quotation must reference Solicitation number NHLBI-PB-(HG)-2008-109-JNB. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National heart, Lung, and Blood Institute, 6701 Rockledge Dr., Suite 6137, Bethesda, Maryland 20892; Attention: Jeffery Battle battlej2@nhlbi.nih.gov. Faxed copies will not be accepted. Emails copies will be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4463a26c6ac7b09497f7ab17212a1015&tab=core&_cview=1)
 
Place of Performance
Address: National Institutes of Health, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01779126-W 20090328/090326221100-4463a26c6ac7b09497f7ab17212a1015 (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.