Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2010 FBO #3149
SOLICITATION NOTICE

66 -- CytoViva Hyperspectral Imaging System

Notice Date
7/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, NCTR-50 RM422 HFT-320, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
1073616
 
Archive Date
7/22/2010
 
Point of Contact
Thomas M Dumas, Phone: 404-253-1253
 
E-Mail Address
thomas.dumas@fda.hhs.gov
(thomas.dumas@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Food and Drug Administration intends to award a Purchase Order for the equipment and 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 1073616. This is a 100% small business set-aside. 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) 2005-42, July 2, 2010. The associated North American Industry Classification System (NAICS) Code is 333314 Optical Instrument and Lens Manufacturing; Small Business Size Standard is 500 employees. The U.S. Food and Drug Administration (FDA) is soliciting for a CytoViva Hyperspectral Imaging System 1.0 and CytoViva Environmental Chamber to provide Spectral Analysis to characterize the chemical identify of materials and biologicals. The units shall meet the following specifications: L001 - Technical Specifications for CytoViva Hyperspectral Imaging System 1.0: • Hysperspec VS VNIR Spectragraph • Spectral Camera to VNIR Imaging Spectragraph • Input, block, Assembly, Al, C-M • CAM I/F, SCM, Universal • Slit Assembly, VS, SQ 40um • Motorized Upright Stage, 10nm Step Resolution, 114x75mm • 1 x 3 Slide Holder • Controller for XY Stage (includes stage cable, RS232 Serial & USB communication cables) • XY Joystick • 2-Position Dual C Mount Adapter • Illumination System with Output Regulation, Manual Iris & IR Filter Holder • Liquid Light Guide • Liquid Light Guide Adapter for Light Source • Dell Precision T5400 Mini-Tower, Quad Core Xeon Proc E5420, 2.50GHz, 2x6MB L2 Cache, 1333MHz • Hyperspectral Imaging System • Automation Software • CytoViva Imaging Analysis Software • 90 Days Technical Support • 1 Year Warranty L-002 - Technical Specifications for CytoViva Evironmental Chamber: • Perfusion Heater Controller Dual Channel • Slow-Flow Solution Heater for Heater Controllers • Cable Assembly for Heater Controllers • Grease Kit for Series 20 Chamber • Slow-Flow Solution Heater for Heater Controllers • Replacement Heater Elements for Series 30 Chamber, package of 2 • Temperature Controller with 120 VAC/US Plug • Holder for Solution Heaters SH-27B and SF-28 • Imaging Chamber Closed Bath Low Profile Design-CV • Cable Assembly for CytoViva System • Objective warmer System for 23-30mm • Gas Bubbler Manifold for 10cc Syringe Holder • 20 CC Syringe base Mount for Modular Syringe Holder • 20 CC Syringe Add-on for Modular Syringe Holder System • Ring Stand • Tubing Connectors, Package of 18 • Luer Stopcock, Package of 6 • 1/16 Tygon Tubing 50’ • Silicone Tubing Set for Model 720 Pump, Package of 5 • Compact Peristaltic Pump Medium Flow Rate, 120 vac L003: – Training/Installation L004: 1 yr – HIS Software Maintenance L005: – UPS Ground Shipping 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 Orgin. To be delivery 90 days or less after receipt of order (ARO) to the FDA, Silver Springs, MD 20993. 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 specifications. 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. The following additional FAR clauses cited in this clause are applicable: 52.219-6; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.222-50; 52.225-1; 52.225-3; 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. 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, email or fax on or before July 13, 2010 by 1:00 p.m. (Eastern Standard Time – Local Prevailing Time in Atlanta, GA), at the Food and Drug Administration/OAGS, Attn: Thomas Dumas, 60, 8th ST NE., Atlanta, GA 30309
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1073616/listing.html)
 
Place of Performance
Address: Food and Drug Administration, 10903 New Hampshire Avenue, Silver Spring, Maryland, 20993, United States
Zip Code: 20993
 
Record
SN02198067-W 20100709/100707234827-c0a3d4330fdd2daa0d5f28f140259611 (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.