Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2009 FBO #2782
SOLICITATION NOTICE

66 -- Spinning Disk System upgrade to AxioObserver

Notice Date
7/7/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
National Institutes of HealthNational Library of Medicine6707 Democracy BoulevardII Democracy Plaza, Rm 773Attn: V. Lynn GriffinBethesdaMD20892-7511
 
ZIP Code
20892-7511
 
Solicitation Number
NIHDK2009189
 
Response Due
7/7/2009
 
Archive Date
8/6/2009
 
Point of Contact
GRIFFIN, VERNE L +1 301 594 7730, griffinv@mail.nih.gov<br />
 
E-Mail Address
GRIFFIN, VERNE L
(griffinv@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 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 NIHDK2009189 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 2005-17. The North American Industry Classification (NAICS) Code is 334516. The business size standard is 500 employees. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. However, this solicitation is not set aside for small business. The National Institutes of Health (NIH), National Institute of Digestive, Diabetes & Kidney Diseases (NIDDK) intends to procure the following items: Brand Name or Equal to: Spinning Disk System with 405, 488, 561 and 635 Laser Lines (Axiovert 200 Trade in to AxioObserver) with the following specifications:QuantityItem NumberItem Description14109004310079000Promo upgrade AxioVert200 to ObserverZ114329070000000000TFT Docking Station14251550000000000Sideport 60N UR 100 3 pos fl Observer14245339000000000Nosepiece 6x MOT wlDefinite Focus14245339020000000Beam Combiner Mod UVNlS fl Defin. Focus 14236389010000000Spinning Disk Unit CSU-X1M 500014236389290000000Emission Filter wheel for CSU-X114236389150000000 Multi OM for CSU-X1 (405/488/561/635)14890388002000000 Emission filter BP 525/50 DMR 2514236389250000000 Camera adapter c-mount for CSU-X114890618003000000 Emission filter DBP 527/54+645/6014890638002000000 Emission filter BP 629/6214880508003000000 Emission filter BP 690/5014479649000000000 Emission filter BP 445/4514464370011000000 Beam splitter FT 560 fl CSU-X110000001514469000 Laser Module TIRF III 120V10000001514464000 Laser line 405nm TIRF10000001514463000 Laser line 635 TIRF10000001522233000 Laser unit 561 nm/20mW (DPSS laser)10000001580297000)Laser unit 488/20mW TIRF (OPSL laser10000001514465000 External TIRF connector14329279020000000 Laser safety kit Yokogawa CSU-X 114329279010000000 TIRF laser safety kit14329279060000000 Adaptation parts CSU-X1I"Axio Observer14261140000000000 C-Mount Adapter 60N C 1" 1.0x14108809576000000 Standard Imaging Station 35A with XP Pro14103580102000000 Trigger-Board PCI Rev. 314329279040000000 Signal Distribution Box14101301400000000 AV Rei 4.7 Software Site License10000001235937000 AV4 Mod MC/ZIT Site Lic14101311200000000 AV4 Mod Fast Imaging Site Lic14101321203000000 AV4 Mod Ratio Site Lic14101310001000000 AV4 Drv For Roper14101310200009000 AV4 Drv For Sutter DG-4/Filters/Shutter14108809554000000 HP 30" WIDE SCREEN LCD MONITOR10000001390928 PROMO24108250000050000 Photometries CoolS NAP HQ224108250000060000 I/O Cable for Cascade, CoolS NAP HQ/HQ2 The equal item must meet the characteristics of the brand name item to be acceptable for award. Basis for Award: Offerors must provide descriptive literature or other material that demonstrates their offer meets the forgoing requirements. The contract will be awarded to the responsible offeror whose offer fully meets the requirements of the solicitation, provides the best value, with price and technical factors equally important in award evaluation. The offeror must include a completed copy 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 52.212-2 (a), The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Evaluation, Price, and Past Performance; 3) FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Items, Contract Terms and Conditions Commercial Items; and 5) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation for Simplified Acquisitions. Vendors must submit a listing of the most recent contracts/awards (minimum of 3) in which similar apparatus or equipment was purchased. Contracts/awards may include those entered within the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract:1.Name of Contracting Organization,2.Contract Number (for subcontracts provide the prime contract number and the subcontract number,3.Contract Type,4.Total Contract Value, 5.Description of Requirement to include Statement of Work,6.Contracting Officers Name and Telephone Number, and7.Program Managers Name and Telephone Number.* If past performance questionnaire is available, please submit. 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 F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. 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. Quotations will be due fifteen (15) calendar days from the publication date of this synopsis on July 14, 2009. The quotation must reference Solicitation number NIHDK2009189. 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 Library of Medicine, 6707 Democracy Blvd., Room 773, Bethesda, Maryland 20817, Attention: V. Lynn Griffin. Faxed copies will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDDKD/NIHDK2009189/listing.html)
 
Record
SN01867430-W 20090709/090708001013-32523d74a32f30a475c9cd5844c32336 (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.