Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2010 FBO #3100
SOLICITATION NOTICE

66 -- Instruments and Laboratory Equipment

Notice Date
5/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, Maryland, 20817
 
ZIP Code
20817
 
Solicitation Number
NOI10107
 
Archive Date
6/18/2010
 
Point of Contact
Terry M Knight, Phone: 301-402-6162, John - Foley, Phone: 301-402-2284
 
E-Mail Address
knightte@niaid.nih.gov, jfoley@niaid.nih.gov
(knightte@niaid.nih.gov, jfoley@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
17. This is a combined synopsis Notice of Intent 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; quotations are not being requested and a written solicitation will not be issued for the solicitation number NOI10107 Notice of Intent. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005 - 41, dated April 13, 2010. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a small business set-aside. The associated North American Industry Classification System (NAICS) Code is 333314, which has a small-business size standard is 500 employees. The National Institute of Allergy and Infectious Disease intends to procure a Rock Imager Compound Zoom UV from Formulatrix. Item/Description/Quantity: 1) Rock Imager Compound Zoom US option, #UVZ, qty-2 each; 2) Rock Imager 54/182 UV field retrofit, qty-2 each; 3) Shipping, qty-1 each, and 4) Installation, qty-1 each. This Rock Imager will be retrofitted with the two imaging systems currently operational in the laboratory. This will include installation of 3 lenses with the objectives 3.6x, 6.2x, and 8.0x on each Rock Imager along with hardware and installation of each component with calibration and installation and integration of software with Rock Maker crystallization software. This will allow greater sensitivity in protein crystal detection by using fluorescence of tryptophan under UV light to reveal information about crystallization drops. The Rock Imager must have the following characteristics: (1) use of the fluorescence of tryptophan under UV light to reveal critical new information about crystallization setups, (2) ability to distinguish protein crystals from other crystal types, (3) ability to find crystals that remain hidden when viewed under visible light, (4) ability to retrofit to currently existing Rock Imager systems, and (5) use of 100% UV-optimized components- UV-grade optics, UV-sensitive camera, and UV lighting. These components are critical to achieving the best image quality and highest imaging speed possible. After being retrofitted with the UV option the Rock Imagers must retain the same high-quality visible light components. The following factors shall be used to evaluate offers: 1) price, 2) capability to meet required specifications, and 3) delivery. Delivery shall be made 20 weeks from date of award. Place of delivery Bethesda, Maryland, 20892. The government will award a fixed price purchase order to the responsible contractor. The FOB terms are "Destination" and Net 30. FAR provisions and clauses that apply to this acquisition: 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; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders - Commercial Items; FAR 52.204-7, Central Contractor Registration. In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201 (a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at www.ccr.gov prior to award during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. [Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award.] All responsible sources may submit an offer that will be considered by the Agency. Offers must be submitted no later than 5:00 P.M. Eastern Daylight Savings Time on Thursday, June 3, 2010. For delivery of responses through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Room 2NE52E, MSC 4811, Bethesda, Maryland 20892-4811. E-mail and Fax submissions are not authorized. Request for information concerning this requirement are to be submitted in writing, and can be faxed to 301-480-8720, or e-mail to knightte@niaid.nih.gov. It is the vendor's responsibility to confirm receipts of all quotations and/or questions by the closing date of this announcement by contacting Mr. Terry Knight at (301) 402-2282. Collect calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NOI10107/listing.html)
 
Place of Performance
Address: National Institues of Health, NIAID, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02154366-W 20100521/100519235123-5b51866b3ec727dc7316dd383f76c7b7 (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.