Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2011 FBO #3480
SOLICITATION NOTICE

66 -- The Olympus IX81 ZDC2 optical microscope and associated accessories Or equal.

Notice Date
6/3/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
NB620030-11-03000
 
Archive Date
7/2/2011
 
Point of Contact
CHRISTOPHER JOHN GANEY, Phone: 3019756205, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
christopher.ganey@nist.gov, todd.hill@nist.gov
(christopher.ganey@nist.gov, todd.hill@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION ACTION CODE: <COMBINED> CLASSIFICATION CODE: 66- Laboratory Equipment and Supplies SUBJECT: The Olympus IX81 ZDC2 optical microscope and associated accessories Or equal. SOLICITATION NUMBER: NB620030-11-03000 RESPONSE DATE: June 17, 2011, by 1 pm EST. CONTACT POINTS: Chris Ganey, Contract Specialist (301) 975-6205 DESCRIPTION: 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 INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is being issued using Simplified Acquisition Procedures. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-52(Effective May 31, 2011) 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to Chris Ganey. Questions should be received no later than 7 calendar days after the issuance date of this solicitation. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of Provision) *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This requirement is unrestricted and all interested vendors may submit a quotation. BACKGROUND: The Center for Nanoscale Science and Technology (CNST) at the National Institute of Standards and Technology (NIST) has an active research program in various areas of nanotechnology and develops instrumentation beyond the state-of-the-art in support of those activities. In this instance the CNST is interested in developing a single-molecule fluorescence system for the purpose of mapping the distribution of selected ionic species in materials using photoactivation localization microscopy (PALM) with an ultraviolet (UV) excitation wavelength of 355 nm. To that end we intend to purchase an inverted optical microscope that offers significant flexibility in terms of illumination modes and wavelengths (and is capable of introducing separate light sources simultaneously), and similarly enables observation of the image through multiple ports at multiple wavelengths. The microscope must also have the ability to maintain focus over extended periods of time. The specifications are for a brand name or equivalent solicitation and can be satisfied by the Olympus IX81 ZDC2 and associated accessories. The unit should be able to meet or exceed the salient characteristics given below. The National Institute of Standards and Technology is seeking to purchase One (1) Olympus IX81 ZDC2 optical microscope and associated accessories or EQUIVALENT. Line item 0001 is a BRAND NAME or EQUAL requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristics of products that will be considered satisfactory to meet the agency's needs. It must meet the following salient characteristics. All equipment must be new. Used or remanufactured equipment will not be considered for award. Salient characteristics for Inverted Optical Microscope for Photo-Activation Localization Microscopy: The minimum specifications for this optical microscope are as follows: 1. Inverted platform 2. "Infinity-corrected" optics 3. Continuous autofocus mode capable of working with clear and reflective substrates 4. Epifluorescence capability with six-position fluorescence turret 5. Fluorescence filter cubes suitable for (480 nm excitation/ 520 nm emission) and (355 nm activation, 532 nm excitation/ 560 nm emission) 6. Fluorescence filter cubes and turret must allow the user to easily construct custom filter cubes for specific, non-standard applications 7. Capability of delivering long (600 nm to 800 nm) wavelength illumination to the sample simultaneously with the activation/excitation light and allowing long wavelength light to be reflected from the sample and be imaged by the same camera used for the fluorescence imaging. 8. No fewer than three camera ports for imaging 9. A white-light halogen light source, with a housing that permits alternate halogen or laser illumination of the sample in reflection, and any adapters necessary for coupling laser light into the microscope such as a total internal reflection (TIRF) illuminator. (NOTE: We will use lasers that we already have; lasers should not be included in quote.) 10. Must include 10x and 20x, plan apochromatic objectives (any numerical aperture is acceptable). 11. Must include a 40x dry objective with numerical aperture ≥ 0.6 with an adjustment collar for cover glass thicknesses from 0 mm to ≥ 1 mm This objective MUST meet the following: a. Transmission > 35% at 340 nm b. Transmission > 55% at 350 nm c. Transmission > 70% at 360 nm d. Transmission > 85% from 400 nm to 750 nm e. Vendor must provide complete spectrum transmission curve over a range of at least 300-1000 nm. 12. Must include a 60x water immersion plan objective with numerical aperture ≥ 1.1 with a correction collar. This objective MUST meet the following: a. Transmission > 30% at 340 nm b. Transmission > 45% at 350 nm c. Transmission > 50% at 360 nm d. Transmission > 70% from 400 nm to 750 nm e. Vendor must provide complete spectrum transmission curve over a range of at least 300-1000 nm. 13. Must include a 150x oil-immersion TIRF objective with numerical aperture ≥ 1.4. This objective MUST meet the following: a. Transmission > 40% at 340 nm b. Transmission > 60% at 350 nm c. Transmission > 70% at 360 nm d. Transmission > 80% from 400 nm to 700 nm e. Vendor must provide complete spectrum transmission curve over a range of at least 300-1000 nm. Express Warranty The contractor shall warrant the entire system for a period of at least one year. The warranty must include unlimited telephone/e-mail support for questions regarding operation. All costs including parts, labor, travel, and other expenses necessary to repair the system will be borne solely by the contractor at no additional cost to the U.S. Government. All components shall be warranties for at least one year from the date of acceptance. This shall include and fixes to identified software and/or firmware problems or bugs, including onsite service for the warranty period. Delivery Delivery should be FOB DESTINATION and shall take place not later than 3 months after contract award. Basis for Award: Technically Acceptable/ lowest price. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting Salient Characteristics," and 2) Price. Addendum to FAR 52.212-1, Quotation Preparation Instructions Technical Capability: The offeror shall submit a technical description or product literature for the equipment it is proposing, which clearly identifies the manufacturer, make and model. The offeror must demonstrate that its proposed equipment meets Salient Characteristics described in the statement of work by providing a citation to the relevant section of its technical description or product literature. If applicable, evidence that the Offeror is authorized by the original equipment manufacturer to provide the item(s) in the quotation should be included. Price Quotation: The pricing quotation shall be separate from any other portion of the quotation. The offeror should propose a firm-fixed-price, FOB Destination, for each CLIN. Price quotations shall remain valid for a period of 90 days from the date quotations are due. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items; 52.211-6 Brand Name or Equal*** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. ******The following clauses apply to this acquisition: 1. 52.212-4 Contract Terms and Conditions-Commercial Items; 2. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.219-28 Post Award Small Business 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 52.222-36 Affirmative Action for Workers with Disabilities 52.225-1 Buy American Act- Supplies 52.225-13 Restriction on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Central Contractor Registration In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award. Due Date for Quotations Offerors shall submit their quotations so that NIST receives them not later than 1:00 p.m. Eastern Time on June 17, 2011. FAX quotations shall not be accepted. E-mail quotations shall be accepted at christopher.ganey@nist.gov. Quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Chris Ganey, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors should ensure the RFQ number is visible on the outermost packaging. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Chris Ganey, Contract Specialist on 301-975-6205. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. *** ***All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001; 2) Quoters shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addresses all salient characteristics, and clearly documents that the offered product meets salient characteristics stated herein.; 3) Description of commercial warranty; 4) An original and one (1) copy of the most recent published price list(s); 5) Country of Origin information for the equipment proposed; ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Chris Ganey, Building 301, Room B175, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. *** *** This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Note: This procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. 1352.233-70 AGENCY PROTESTS (APR 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: PATRICK STAINES, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB620030-11-03000/listing.html)
 
Record
SN02464375-W 20110605/110604000414-4c28b78ac00c245e7a2092b06b9c6d5e (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.