Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2010 FBO #3099
SOLICITATION NOTICE

66 -- MICROSCOPE SYSTEM

Notice Date
5/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, DO-ATL HFR-SE1, Crawford & Annex I-60, Atlanta, Georgia, 30309, United States
 
ZIP Code
30309
 
Solicitation Number
10-223-SOL-00130
 
Archive Date
6/9/2010
 
Point of Contact
Regina R. Williams, Phone: (870) 543-7012
 
E-Mail Address
regina.williams@fda.hhs.gov
(regina.williams@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY – THIS ACQUISITION IS BEING FUNDED BY THE AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009. The Food and Drug Administration intends to award a Purchase Order for the supplies listed below. The requirement will be awarded using Simplified Acquisition Procedures in accordance with FAR Part 13.106. 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is 10-223-SOL-00130. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41, April 13, 2010. The associated North American Industry Classification System (NAICS) Code is 334516 – Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees. The U.S. Food and Drug Administration (FDA) is soliciting for a Microscope System that meet the following requirements: Microscope System: System must be an integrated system consisting of microscope, camera, computer, and analysis software. Imaging system must be capable of tracking individual particles and calculating particle size based on Brownian motion. Imaging system must use EMCCD (electron multiplying charged coupling device) camera technology for sensitivity. Image tracking can be with scattered light or fluorescent emissions. Particle size range of 10-2000 nm. Concentration range of 1,000,000-1,000,000,000 particles per milliliter. Analysis should be independent of the refractive index or density of the particles. Light source must be laser for consistency and high power. Small sample size of less than 1 mL. Data storage of video imaging for archiving and reanalysis. Data can be analyzed and displayed as 3-dimensional plot of scattering intensity, size and number. Installation and warranty required. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations, or reject the terms and conditions of the solicitation, may be excluded from consideration. Contract type: Commercial Item – Firm Fixed Price. Simplified procurement procedures will be utilized. FOB Point. To be delivery 90 days or less after receipt of order (ARO) to the FDA/NCTR located at 3900 NCTR Road, Jefferson, AR 72079-9502. The provision at FAR 52.212-1 Instructions to Offerors – Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None. The provision at FAR 52.212-2 Evaluation -Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the items/services offered to meet the Government’s requirement (ii) Past Performance (ii) Price. Technical and past performances, when combined, are equal when compared to price. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the products/services offered meets the Government's requirement. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product and/or services to industry or government agencies. Past performance will consider the ability of the items to meet technical specifications as advertised by the offeror, past record or meeting delivery schedules and service/maintenance reputation. The government reserves the right to make an award without discussions. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. The offer shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The Government reserves the right to obtain information for use in the valuation from any and all sources including sources outside of the Government. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items with its offer. The clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items and Alt II, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-15; 52.204-11; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.225-3, Alt I; 52.225-13 and 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov. The following additional provisions and/or clauses apply: 52.204-7. 52.232-18 Availability of Funds (APR 1984) CCR Requirement – Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. It is the offeror’s responsibility to monitor the FedBizOpps website for any released amendments to the solicitation. A standard commercial warranty on parts and workmanship is required. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. Offers are due in person, by mail or fax on or before May 25, 2010 by 1:00 p.m. (Central Standard Time – Local Prevailing Time in Jefferson, Arkansas), at the Food and Drug Administration/OAGS, Attn: Regina Williams, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. For information regarding this solicitation, please contact Regina Williams @ (870) 543-7012, FAX (870) 543-7990, email regina.williams@fda.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/10-223-SOL-00130/listing.html)
 
Place of Performance
Address: National Center for Toxicological Research, 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN02153142-W 20100520/100518235419-e9808be1bc3cd7dcebc6191ecdb98b8c (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.