SOLICITATION NOTICE
66 -- RECOVERY Instruments & Laboratory Equipment
- Notice Date
- 8/16/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument 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
- RFQNIAID10141
- Archive Date
- 9/10/2010
- Point of Contact
- Shirlene M Smith, Phone: 301-402-6315, Linda C Taylor, Phone: 301-402-5762
- E-Mail Address
-
ssmith@niaid.nih.gov, ltaylor@niaid.nih.gov
(ssmith@niaid.nih.gov, ltaylor@niaid.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format of FAR Subpart 12.6, in conjunction with FAR Part 13.5 as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation will not be issued. This procurement is being issued as a request for quotation. Submit offers on RFQNIAID10141. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC2005-43 dated August 2, 2010. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a small business set-aside. The associated North American Industry Classification System (NAICS) Code is 334516, which has a size standard of 500. The National Institute of Allergy and Infectious Diseases (NIAID) intends to procure: 1) (Qty 1), ScanScope System to include a Spectrum Plus 10 to 20 license; 2) (Qty 1), Histology pattern recognition software - H score = (1)x(PS1) (Genie); 3) (Qty 1), Microvessel Analysis Server Side; 4) (Qty 1), Rare Event Detection; 5) (Qty 1), Stereology Module; 6) (Qty 1), Analysis Accelerator; 7) (Qty 2), Multiple Site Module. The system will have the following Imaging capabilities: the system will scan both 1x3 and 2x3 slides; produced images with no discernible 'stitching' artifacts; will have high quality images at 20x and 40x optical resolutions; will produce z-stack images and produce self contained images in an accepted ISO format. The scanner will have high throughput and be capable of holding at least 100 slides. It will be able to scan an entire batch of slides without user intervention, including finding the appropriate tissue areas and full multi-point auto-focus. In addition to the above, the scanner should be able to scan and have ready for viewing an area of 1.5cmx1.5cm in less than 2 minutes. The Database requirements will be: able to store all its annotations on an external database with a published schema such that the database may be read from an outside application; New images must be able to be added to the server and cataloged into the database without the need of any operator intervention; to control individual access rights to images and data so that unauthorized access and changes are prevented; to organize and manage other image types. The instrumentation must come with a full database management system with the minimum capability to: a) Organize images into a hierarchy system according to our specific classifications; b) Handle multiple users with multiple user permissions based on passwords; c) Produce custom pathology reports; and d) Decode barcodes including 2D datamatrix and 1D 2-of-5. Award will be based on: 1) The capability of the item offered to meet the above stated salient characteristics 2) Price and 3) Delivery. Delivery will be made to Bethesda, MD, 20892. Contact the laboratory for further delivery instructions. The FOB point shall be Destination. This will be a firm-fixed price contract. The following Federal Acquisition Regulations provisions and clauses apply to the acquisition: FAR 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009; FAR 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements; FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation-Commercial Items; Far 52.212-3 Offeror Representation 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 or Executive Orders Commercial Items; and FAR 52.406-7 Central Contractor Registration (2003). A completed copy of provisions at FAR 52.212-3 Offerors Representation and Certifications Commercial Items must be included with submission and can be found at Online Representations and Certifications Application (ORCA) https://orca.bpn.gov. By submission of an offer, the offeror 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 contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. The CCR website is http://www/ccr.gov. Copies of the aforementioned clauses are available upon request by telephone to Shirlene Smith at (301) 402-5770. All responsible sources may submit offers that will be considered by this agency. Offers must be mailed. Offers must be submitted no later than 5:00 p.m. Eastern Time (ET), August 26, 2010. For delivery through the U.S. Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Road, Room 2NE22C, Bethesda, MD, 20892-4811. Requests for information concerning this requirement are to be addressed to Shirlene Smith at 301-402-5770. Collect calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQNIAID10141/listing.html)
- Place of Performance
- Address: Address: National Institutes of Health NIAID Bethesda MD, Postal Code: 20892, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02242645-W 20100818/100816235830-d8ee657d5bdb2623f865676c89a9c57e (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 |