Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2010 FBO #3213
SOLICITATION NOTICE

65 -- Microscope System

Notice Date
9/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W91YU0-10-T-0247
 
Response Due
9/9/2010
 
Archive Date
11/8/2010
 
Point of Contact
Angela Dexter, 253-968-4912
 
E-Mail Address
Western Regional Contracting Office
(angela.dexter@amedd.army.mil)
 
Small Business Set-Aside
Total HBCU / MI
 
Description
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; proposals are being requested and a written solicitation will not be issued. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATIONS, OFFERS ARE BEING REQUEST, AND WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This is a solicitation W91YU0-10-T-0247 of Purchase Request W51HQT02458552 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 (FAC) 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 333314 Size Standard for small business is 500 employees. RFQ is being issued as 100% SMALL BUSINESS SET ASIDE. These items/supplies are for use at the Madigan Army Medical Center, Tacoma, WA 98431. All responsible Contractors shall provide an offer for the following. Brand Name or Equal (Olympus) CLIN 0001 Microscope Frame, Bx53TF-, QTY 1 CLINS 0002, Lamphouse, 5-UL122 - U LH100 3 5. QTY 1 CLINS 0003, Septuple Revolving Nosepiece, U-R177 - U-D7RE, QTY 1 CLINS 0004, Rectangular mechanical stage, 4-U130 - U SVRB 4, QTY 1 CLINS 0005, Double slide specimen holder, 4-U141 - U HLD 4, QTY 1 CLINS 0006, Swing-out Achromatic Condenser, 6-U121 - U SC3; QTY 1 CLINS 0007, Cloth Dustcover,#OMT-010 - MT 010, QTY 1 CLINS 0008, 2X Plan Apochromatic Objective, 1-U2B921 - PLAPON2X, QTY 1 CLINS 0009, 4X U Plan S-Apochromat, 1-U2B822, QTY 1 CLINS 0010, 10Xu Plan S-Apochromat, 1-U2B824 - UPLSAPO10X2, QTY 1 CLINS 0011, 20X U Plan S-Apochromat, 1-U2B825 - UPLSAPO20X, QTY 1 CLINS 0012,20X U Plan S Apochromat Dry Universal Objective, QTY 1 CLINS 0013, U2B531, 100X u Plan S-Apochromat Universal oil immersion objective, QTY 1 CLINS 0014, U2B836,, Apochromat, QTY 1 CLINS 0015,U Dual Observation Attachment,#U-DO105 - U DO3 5,Section Supplies or Services, QTY 1 CLINS 0016,Tilting Binocular Observation Tube,3-U137 - U TBI 3 CLI; QTY 1 CLINS 0017,Stage handle grips,#4-U157 - U SHGTk; QTY 1 CLINS 0018 Polarizer for transmitting light#-P110 - U POT, QTY 1 CLINS 0019, Analyzer unit for Gout identification;#U-P803 - U GAN; QTY 1 CLINS 0020 cellSens Standard, camera control software;#7-DCS-STD, QTY 1 CLINS 0021, 12.8MP digital camera;#7-D706 - DP72; QTY 1 CLINS 0022, Transmitted light arm,#5-UR730 - BX3 ARM; QTY 1 CLINS 0023, Widefield trinocular body, 3-U330 - U TTR 2, QTY 1 CLINS 0024, Halogen lamp,#8-C406, QTY 1 CLINS 0025, Widefield 10X eyepiece,#2-U1006, QTY 1 CLINS 0026, Widefield focusing 10X eyepiece,#2-U100H5, QTY 1 CLINS 0027, Power Cord,#UYCP-11, QTY 1 CLINS 0028, Power Cord,#UYCP-11 - 115V, QTY 1 CLINS 0029, 0.63X C-Mount adapter,#U-V1063C2, QTY 1 CLINS 0030, Precision T3500 mini-tower workstation,#PC1MT-1006, QTY 1 Specification listed below TypeSingle Chip Color CCD, Piezo shifted CoolingPeltier device, Ta-10 C Size2/3 Scanning ModeProgressive Scanning Pixel Size 6.45 x 6.45 microns Effective Pixels 1.45 million pixels(1.5 million total) Color Filter RGB Bayer primary color filter 4140 x 3096, 2070 x 1548, 1360 x 1024, 680 x 510 ISO equivalents of 200/400/800/1600 12-bit per R,G,B (saved as 48-bit image file for display) 30%, 1%, & 0.1% spot (moveable) Exposure ModesAuto, manual, SFL auto AE Lock Available Exposure Adjustment Range: +/-2.0eV, 1/3eV stop ModeIntegral or average Number64 frames Off (1x), 2X, 4X ModeAuto, manual, and one-push ModeAuto, manual, and one-push Approximately 3 sec. (at max. resolution 4080x3072) 15 frames/sec. max. @ 1360 x 1024 TIFF, Multi-TIFF, JPEG, PICT, BMP, AVI, and MPEG-1 PCI bus interface (174 x 106 x 21.4 mm) Windows XP Professional SP1a or later (not x64 edition) Windows 2000 Professional SP4 CPUPentium 4, 2.8 GHz or higher for desktop PC. Intel Core2 DUO 1.8 GHZ or higher. Intel Core2 DUO series 1.8 GHz or higher for laptop PC. ChipsetIntel 945 or later. RAMDDR2 512MB or more (1GB or more for Window Vista) HDDEmpty capacity of 500 MB or more Graphic Card VGA card fo rPCI-express x16 with display of 1280 x 1024 or better. 32-bit color per pixel. PCI Bus PCI Rev.2.1, or 2.2 OSWindow Vista Business, Ultimate 32 bit/64 bit. Window XP Professional SP2 or later. PC Case Size Large enough to house 106.7 x 174.6 mm PCI interface board (half sized) Power Supply 250W or more (with CE marking) Delivery shall be FOB Destination. The following clauses apply to this acquisition: 52.204-7 Central Vendor Registration. 52.212-1 Instructions to Offerors- Commercial Item, 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items 52.232-33 Payment by Electronic Funds,52.252-2, Addendum to 52.212-1 (Local Provision 5004), The following Addendum to FAR 52.212-4(c) (Local Clause 5003)will also be included in the agreement: UNILATERAL CHANGES 1. The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the contract period. 2. Unilateral Modifications: The Government may make unilateral modifications considered administrative in nature. Clauses Incorporated by Reference. 52.204-10 Reporting Excutive Compensation and First-Tier Subcontract Awards, 52-211-6 Brand name or equal, 52.219-6 Notice of Total SB Set-side, 52.219-28 Post Award SB Program Rerepresentation, 52.222-3, Convict Labor, 52.222-19 Child Labor Cooperation With Authorities And Remedies, 52.222-21, Prohibition of Segregated Facilities 52-222-26, Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans, 52.222-50 Combat Trafficking in Persons,52.222-54 Employment Eligibility Verification, 52.225-13 Restriction on Certain Foreign Purchases, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Beach of Contract Claims, 52.242-13 Bankruptcy The following DFARS clauses apply: 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003, Electronic Submission of Payment Requests, 252.247-7023, Transportation of Supplies by Sea 252.247-7023 with Alt III; 252.232-7010 Levies on Contract Payments, 252.211-7003 Item Identification and Valuation. The full text version of FAR provisions and clauses may be accessed electronically at www.arnet.gov/far All vendors will be required to submit invoicing through the Wide Area Work Flow electronic invoicing (WAWF). Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Place of Delivery: Evans Army Hospital 7500 Cochran Circle Fort Carson, CO 80913 Contact: Angela Dexter, Phone 253-968-4912, Fax 253-986-4091, Email angela.dexter@us.army.mil. ALL QUESTIONS SHALL BE SUBMITTED VIA EMAIL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU0-10-T-0247/listing.html)
 
Place of Performance
Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA
Zip Code: 98431-1110
 
Record
SN02274285-W 20100911/100909235304-3dffe7a5b782cd58845c9437109ccb9e (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.