SOLICITATION NOTICE
66 -- Instruments & laboratory equipment
- Notice Date
- 7/7/2009
- Notice Type
- Combined Synopsis/Solicitation
- 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(AR)2009-228-RCO
- Archive Date
- 8/1/2009
- Point of Contact
- Rosie C Owens, Phone: (301) 435-0365
- E-Mail Address
-
rowens@mail.nih.gov
(rowens@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. 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-(AR)-2009-228-RCO, 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 2005-34 (July 01, 2009). 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 Heart, Lung, and Blood Institute’s (NHLBI) Consolidated Operations Acquisition Centers (COAC) on behalf of National Institute of Arthritis and Musculoskeletal and Skin Diseases (NIAMS) to procure the services from Gatan Inc., 780 Commonwealth Drive, Warrendale, PA. 15086, for the following laboratory equipment: Basic Instruments: (1) 895.40U.4 Ultra Scan 4000 4k x4k pixel for 300 or 400keV operation, ultra –high sensitivity phosphor scintillator, First Light ™ Controller, GMS software including DigitalMicrograph and camera software, PCI interface and optical cable. Computer and monitor are not included. (2) 895.T Installation and Basic Operator Training-Installation by Gatan mandatory. (3) Field service- 12 hours of labor (4) Delivery must occur 14 weeks ARO The main technical requirements of a 4k x 4k CCD camera are as follows: 1.Must be bottom mounted and compatible with FEI (Philips) transmission electron microscopes (must be compatible with existing Phillips (Polar) TEC F-30). 2.Must be a high sensitivity CCD camera of at least 4096 x 4096 pixel format and allow direct acquisition of digital data under low dose conditions. 3. The camera must be retractable in order to be compatible with a post-column energy-filter. Gatan is the only known company offering a retractable, bottom mount CCD camera. The brand name sole source determination is based on the need of an upgraded camera system in order to continue to conduct experiments within the Laboratory of Structural Biology Research has specialized in detailed structural analysis of macromolecules, macromolecular complexes, and subcellular structures by computer-enhanced electron microscopy. The goal of these studies is to elucidate structure-function relationships at the molecular level with particular emphasis on (but not restricted to) systems that bear directly on the mission of NIAMS. Background. This program was initiated in 1978 with the appointment of a tenure-track investigator (the Project Officer), and progressed to become a Section in 1984, and further to Laboratory status in 1990. A typical research project involves recording electron micrographs of the highest possible quality, subjecting them to digital image analysis to elicit the maximum amount of structural information, and interpretation, taking into account all pertinent complementary data. Over the years, the LSBR has performed ground-breaking studies on cytoskeletal filaments, virus particles and antigens, and complex enzymes among other important biomedical specimens. The results achieved depend both on the quality of the primary data (electron microscope images) and the scope of computer analysis. Cryo-electron microscopy – the technique of visualizing organic specimens suspended in vitreous ice - was introduced in the 1980s and has revolutionized what is achievable. The LSBR has been to the fore in these advances and in 1997 accomplished the landmark result of extending the resolution on isolated complexes below the 10Å limit for the first time. In order to maintain the LSBR program at the cutting-edge of this research field, it is necessary to periodically upgrade the hardware used in the lab. Specifically, the LSBR is in need of a 4k x 4k CCD camera to capture digital electron micrographs. With the advent of this size CCD sensor and its associated larger field of view, the prospect of recording high-resolution electron micrographs digitally rather than on traditional film is becoming a reality. The lab will benefit from a reduced need for silver-based photochemistry and a decreased dependence on EM film, which has become pricier and harder to obtain in recent years. Since the images recorded on such a device would be in a digital format, the time-consuming step of digitalizing (scanning) electron micrographs, as is currently done with traditional film, would be eliminated. The larger field of view, which is superior to any of our current CCD cameras, and the fact that the images are digital also makes it feasible to implement automated collection of electron micrographs for high-resolution studies with the use of programs such as Leginon, a software package that is available from The Scripps Institute. 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 10 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 ten (10) calendar days from the publication date of this synopsis, or July 17, 2009 at 3:00 pm (DST), Eastern Standard Time. The quotation must reference Solicitation number NHLBI-PB-(AR)-2009-228-RCO. 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 6144, Bethesda, Maryland 20892; Attention: Rosie Owens or by pdf. E-mail at: rowens@nhlbi.nih.gov. Fax copies will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-PB(AR)2009-228-RCO/listing.html)
- Place of Performance
- Address: Bethesda Main Campus, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN01867015-W 20090709/090708000300-f295ce9a019c165dea5072d70c2dea0b (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 |