Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2009 FBO #2829
MODIFICATION

66 -- Confocal Microscope

Notice Date
8/21/2009
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area, Area Office, 1815 N. University Street, Peoria, Illinois, 61604, United States
 
ZIP Code
61604
 
Solicitation Number
AG-5114-S-09-BB28
 
Point of Contact
Mark O Volk, Phone: 309-681-6618, Rebecca A. Holzinger, Phone: 309-681-6616
 
E-Mail Address
mark.volk@ars.usda.gov, becky.holzinger@ars.usda.gov
(mark.volk@ars.usda.gov, becky.holzinger@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: AG-5114-S-09-BB28 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 announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation No. AG-5114-S-09-BB28 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. ******REVISED AUGUST 21, 2009****** THE USDA, ARS, MWA, NATIONAL CENTER FOR AGRICULTURAL UTILIZATION, PEORIA, IL HAS A REQUIREMENT/NEED FOR A CONFOCAL MICROSCOPY SYSTEM CAPABLE OF MEETING THE HIGHLY SPECIFIC NEEDS OF THE END USER AND MUST INCLUDE THE FOLLOWING MINIMUM SALIENT CHARACTERISTICS: SPECIFICATIONS: 1) INVERTED MICROSCOPE CAPABLE OF 25NM Z-STEPS {OF FOCUS} OR BETTER INTERNALLY BUILT-IN; 2) DIFFERENTIAL INTERFERENCE CONTRAST (E.G. NOMARSKI) LENS INCLUDING: •10X 0.3NA OR BETTER AND APPROPRIATE DIC COMPONENTS •20X 0.5NA OR BETTER AND APPROPRIATE DIC COMPONENTS •40X 0.75NA OR BETTER AND APPROPRIATE DIC COMPONENTS •60X 1.4NA OR BETTER AND APPROPRIATE DIC COMPONENTS •60X OR 100X 1.45NA OR BETTER AND APPROPRIATE DIC COMPONENTS (OBJECTIVE MAGNIFICATION DEPENDENT ON STATED RESOLUTION REQUIREMENTS) 3) CONFOCAL CAPABILITIES WITH SUFFICIENT RESOLUTION FOR CELLULAR LOCALIZATION OF YEAST MEMBRANES, ORGANELLES, AND STRUCTURES (E.G. NUCLEI, VACUOLES, AND MICROTUBULES). ADDITIONALLY, IT MUST HAVE APPROPRIATE EXCITATION SOURCES AND EMISSION DETECTION FOR THE FOLLOWING DYES: •EGFP OR GFP-S65 •MODIFIED GFP FOR INTRACELLULAR PH DETECTION •SNARF FOR INTRACELLULAR PH DETECTION •SYNAPTORED MEMBRANE STAIN •CARBOXY DCFDA VACUOLE STAIN •CELLTRACKER BLUE CMAC VACUOLE STAIN •DAPI NUCLEAR STAIN •HOECHST 33258 NUCLEAR STAIN 4) TRANSMITTED LIGHT/ DETECTION SYSTEM FOR SIMULTANEOUS ACQUISITION OF ALIGNED AND OVERLAID DIFFERENTIAL INTERFERENCE CONTRAST IMAGES WITH FLUORESCENT CONFOCAL IMAGES. 5) MINIMUM 100W HALOGEN LAMP AND MINIMUM 100W MERCURY ARC LAMP LIGHT SOURCE 6) SOFTWARE NECESSARY FOR IMAGE ACQUISITION CONTROL, SHUTTER CONTROL, AUTOMATED MICROSCOPE CONTROL, TIME-LAPSE CAPTURE, MULTIDIMENSIONAL ACQUISITION (TIMELAPSE, Z, WAVELENGTHS, AND STAGE POSITIONS), AND 3D RECONSTRUCTION. 7) WORKSTATION PC WITH THE FOLLOWING SPECIFICATIONS, OR BETTER: •CORE 2 DUO 3GHZ PROCESSOR •4GB RAM •500GB RAID 1 MIRRORED HARD DRIVE OR 500GB SATA HARD DRIVE WITH A MINIMUM 1TB BACKUP HARD DRIVE •256MB VIDEO CARD •CD/DVD WRITER •24” WIDE FORMAT LCD MONITOR ********END OF REVISION******* The USDA, ARS, MWA, National Center For Agricultural Utilization, Peoria, IL has a requirement/need for a Confocal Microscopy System capable of meeting the highly specific needs of the end user and must include the following minimum salient characteristics: Specifications: 1) Inverted microscope capable of 10nm Z-steps{of focus} internally built-in; 2) Differential Interference Contrast (e.g. Nomarski) Lens including :10x(30mm), 20x (30mm), 40x (38mm), 60x (38mm), and 100x (38mm); 3) Confocal capabilities utilizing high performance disk rotation method with a minimum 10% light transmission efficiency (i.e. no more than 90% light is lost) and excitation wavelength down to 350nm (eg similar to that achieved by slit aperture spinning disc technology); 4) Minimum 100W halogen lamp and minimum 100W mercury arc lamp light source; 5) Ability to perform single or dual excitation/emission with GFP, Cy3, or DAPI filter-cubes using 60x (flat field and apochromatic correction, minimum N.A 1.35) and/or 100x (flat field and apochromatic correction, minimum N.A 1.35) oil objectives. Additionally, filter cubes sets should allow fluorescent observation through both EM-CCD and eyepiece; 6) EM-CCD camera capable of high EM gain of 2,000x, an effective number of pixels of at least 1000(H) x 1000(V), and a cell size of 8 um (H) x 8 um (V); 7) Software necessary for camera control, shutter control, automated microscope control, time-lapse capture, multidimensional acquisition (time-lapse, Z, wavelengths, and stage positions), and 3D reconstruction. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the Descriptive Literature describing their proposed equipment in enough detail to ascertain whether the equipment meets the criteria listed above. REJECTION OF PROPOSAL: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to this acquisition and can be found in full text at http:/acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Provide with Quote); FAR 52.214-21, Descriptive Literature (Provide with Quote); FAR 52.204-7, Central Contractor Registration (ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE IN ORDER TO RECEIVE AN AWARD.) The website address for registration is: http://www.ccr.gov; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference are as follows: FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer -Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://acquisition.gov/comp/far/loadmainre.html. SHIPPING: FOB Destination. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, unit price and total price; 2) shop drawings, descriptive literature, brochures, information on service and support; 3) at least 3 to 5 references for the proposed equipment. References must have received the proposed equipment within the last three (3) calendar years (Government references preferred but will accept commercial references). References shall be provided for the product proposed and if possible include the email address of the person to be contacted; and 4) Offerors shall include a completed copy of the provisions FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://acquisition.gov/comp/far/loadmainre.html. DELIVERY TO: USDA-ARS-NCAUR, Peoria, IL. QUOTE PRICE MUST INCLUDE any freight or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery on or before 12 weeks after award, however, each offeror shall include their proposed delivery schedule as part of their quote. FAR 52.212.-2, EVALUATION - COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government. EVALUATION & AWARD FACTORS - The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, cost, and other factors considered. Each Proposal shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each quote based solely on the information furnished and not on previous knowledge or associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All quotes will be rated against the salient characteristics and minimum requirements. B) Delivery. C) Warranty. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with this response. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish Quotes to Rebecca Holzinger, Contracting Officer, USDA, ARS, MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604, no later than 2:00 p.m., August 25, 2009. Additional information may be obtained by contacting the Contracting Officer at (309) 681-6616 or email above. Contracting Office Address: 1815 N. University Street Peoria, Illinois 61604 Place of Performance: USDA, ARS, MWA, NCAUR 1815 N. University Street Peoria, Illinois 61604 Primary Point of Contact.: Mark O. Volk Contract Specialist Mark.volk@ars.usda.gov Phone: (309) 681-6618 Fax: (309) 681-6683
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/AG-5114-S-09-BB28/listing.html)
 
Place of Performance
Address: 1815 N. University Street, Peoria, Illinois, 61604, United States
Zip Code: 61604
 
Record
SN01922528-W 20090823/090822004421-8efe354ff961ce094f15bf94a9cfba5f (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.