Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2009 FBO #2862
SOLICITATION NOTICE

66 -- RECOVERY - Confocal Fluorescence Lifetime and FCS Microscope System

Notice Date
9/23/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, 5th Floor, Rockville, Maryland, 20852-3804, United States
 
ZIP Code
20852-3804
 
Solicitation Number
NIHOD2009161
 
Archive Date
10/23/2009
 
Point of Contact
Erin - Flynn, Phone: 301-402-8214
 
E-Mail Address
flynne1@od.nih.gov
(flynne1@od.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY - This procurement will be firm-fixed price and is funded in whole by the American Recovery and Reinvestment Act [ARRA] of 2009 and is subject to the reporting requirements of the Act. 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 solicitation number is NIHOD2009161 and is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This requirement is unrestricted and all interested vendors may submit a quotation. The National Institutes of Health (NIH) has a commercially available equipment requirement for an integrated unit such as the Confocal Fluorescence Lifetime and FCS Microscope System, PicoQuant Photonics North America, Microtime200 or a similar integrated unit that meets or exceeds the specifications below. The system shall be an integrated unit to include but not be limited to the following: (1) Shall include a Time Correlated Single Photon Counting instrument with the following characteristics: (a). Less than 40ps timing resolution. (b) Less than 80ns dead time on a single channel. (c) 4 synchronized channels with no inter-channel dead time, or better. (d) Peak data throughput rate greater than 5MHz per channel. (2) Shall include confocal fluorescence microscope and main optical unit with the following characteristics: (a) 100x oil-immersion objective lens, numerical aperture 1.4, or better. (b) Fiber optic laser input port. (c) At least 1 free-space exit port for detected fluorescence. (d) Beam paths for 4 single photon detectors, or better. (e) Photodiode for monitoring excitation laser power. (f) Charge coupled device camera for monitoring laser spot back-reflection. (3) Shall include nanopositioning scanners with the following characteristics: (a) 2-axis sample nanopositioner with at least 80um x 80um area and with feedback stabilization to less than 10nm precision. (b) Single-axis objective nanopositioner with 80um travel and feedback stabilization to less than 10nm precision. (4) Shall include software with the following characteristics: (a) Instrument control to provide the following functionality: (i) Point scans (record fluorescence intensity and lifetimes from a single point in the sample). (ii) Area scans (record fluorescence intensity and lifetimes by scanning over a specified 2-dimensional region in the sample). (iii) Random – access scans following area scans (ability to jump to a selected point in the area scan and then perform a point scan). (iv) Real-time display of fluorescence intensity and lifetime histogram. (b) Analysis support for the following types of measurements: (i) Fluorescence correlation spectroscopy. (ii) Fluorescence cross-correlation spectroscopy. (iii) Time correlated single-photon counting/fluorescence lifetime fitting. (c) Support for exporting data to file formats readable by other software (i.e. Matlab). (d) Device driver interface to control microscope and acquire data with custom software. (5) Delivery – The government requires delivery to be made within 6 months from the date the contractor receives an order. The government will consider, as regards to time of delivery, offers that propose delivery within the applicable delivery period specified above. Quoters that propose delivery that will not clearly fall within the applicable required delivery period specified above will be considered non-responsive and rejected. The Government reserves the right to award either the required delivery schedule or the proposed delivery schedule, when a quoter offers an earlier delivery schedule than required above. If the quoter proposes no other delivery schedule, the required schedule above will apply. (Quoter’s Proposed Delivery Schedule: Within __________ months after receipt of order). (6) Contractor shall supply a minimum of 3 days of installation and training. (7) Shall include shipping and handling, transport insurance, and customs charges if applicable in the price to avoid having to pay this as a separate line item. Delivery will be made to Bethesda, MD, 20892. The shipping terms are FOB Destination. This will be a firm fixed price purchase order. Used or refurbished equipment will not be accepted. The Government will award a purchase order resulting from this solicitation to the responsible quoter whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The NIH will evaluate the quality and feasibility of the proposals. The following will be considered, in order of importance for the determination of the best value: 1) Technical Capability Factor: Meeting or exceeding the minimum specifications. Evaluation of Technical Capability shall be based on the information provided in the quotation. The Government will evaluate whether the quoter has demonstrated that its proposed equipment meets or exceeds all requirements. Quotations that do not demonstrate that the proposed equipment meets all requirements will not be considered further for award. Quoters shall also include product literature which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. Note: If a quoter does not indicate whether its proposed equipment meets a certain technical requirement, the Government will determine that it does not. 2) Past Experience: Submit names, organization and telephone numbers and/or email addresses of at least three (3) current or previous customers for the same or similar equipment. Include the type of equipment provided and location where the equipment(s) was rendered for each current or previous customer. Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor’s history of meeting delivery schedules for prior deliverables. The Government is not required to contact all references provided by the quoter. Also, references other than those identified by the quoter may be contacted by the Government to obtain additional information that will be used in the evaluation of the quoter’s past performance. 3) Price: The price will be evaluated based on price reasonableness and affordability for the Government. American Recovery and Reinvestment Act-Reporting Requirements: This purchase order requires the contractor to provide products and/or services that are funded by the American Recovery and Reinvestment Act of 2009 (Recovery Act). Section 1512(c) of the Recovery Act requires the contractor to report on its use of Recovery Act funds under this purchase order. The contractor shall report the information required by FAR 52.204-11(d), which is incorporated by reference into this purchase order, using the online reporting tool available at http://www.FederalReporting.gov. All work funded, in whole or in part, by the Recovery Act, and for which an invoice is submitted prior to September 30, 2009, shall be reported cumulatively and submitted on October 10, 2009. After September 30, 2009, reports are due no later than the 10th day after the end of each calendar quarter. These reports will be made available to the public. By submission of an offer, the quoter acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any purchase order resulting from this solicitation. The CCR website is located at www.ccr.gov The quoter must complete FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (AUG 2009) – with DUNS Number Addendum [52.204-6 (April 2008)]. The Offeror Representations and Certifications may be found at http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf The provisions and clauses applicable to and incorporated in this RFQ are those in effect through Federal Acquisition Circular 2005-36. The following FAR provisions and clauses apply to this acquisition: 52.204-7 Central Contractor Registration (Apr 2008); FAR 52.212-1, Instructions to Offerors—Commercial Items (JUN 2008); FAR 52.212-2, Evaluation—Commercial Items (JAN 1999); FAR 52.212-4, Contract Terms and Conditions—Commercial Items (MAR 2009); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (JUN 2009); as well as the following clauses cited therein: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995); FAR 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (MAR 2009); FAR 52.204-11, American Recovery and Reinvestment Act—Reporting Requirements (Mar 2009); FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005); FAR 52.219-8, Utilization of Small Business Concerns (May 2004); FAR 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009); FAR 52.222-3, Convict Labor (June 2003); FAR 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Aug 2009); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004); FAR 52.225-1, Buy American Act—Supplies (Feb 2009); FAR 52.225-13, Restrictions on Certain Foreign Purchases (June 2008); FAR 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002); FAR 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003). All responsible sources may submit a quotation that will be considered by the Agency. Three copies of the vendor’s quotation (including product literature) must be submitted no later than 3:00 PM Eastern Time on Thursday, October 8, 2009. Quotations must reference solicitation NIHOD2009161. For delivery of responses through the Postal Service (including US Postal Service Express Mail) the address is National Institutes of Health, Office of Acquisitions, Attn: Erin Flynn, 6011 Executive Blvd., Room 541B (MSC 7663) BETHESDA, MD 20892. For delivery of responses through courier, FedEx or UPS, the address is National Institutes of Health, Office of Acquisitions, Attn: Erin Flynn, 6011 Executive Blvd, Room 541B (MSC 7663), ROCKVILLE, MD 20852. E-mail and Fax submissions are not authorized. Requests for information concerning this requirement must be submitted in writing, and can be sent via e-mailed to flynne1@od.nih.gov by Thursday, September 1, 2009 at 3:00 PM Eastern Time. It is the vendor's responsibility to confirm receipt of all quotations and/or questions by the closing date of this announcement by contacting Erin Flynn at 301-402-8214 or via email at flynne1@od.nih.gov. Collect calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OoA/NIHOD2009161/listing.html)
 
Record
SN01967932-W 20090925/090924001809-f8a386ea8b410d1f1ebb63a2c8d8bc47 (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.