Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2014 FBO #4656
SOLICITATION NOTICE

66 -- EVOSŪ FL Auto Cell Imaging System

Notice Date
8/22/2014
 
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
NIAIDRFQ14C-JDB1695431
 
Archive Date
9/3/2014
 
Point of Contact
Jennifer D. Burke, Phone: 3014025762
 
E-Mail Address
jennifer.burke2@nih.gov
(jennifer.burke2@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
1. R!! 2. 09/02!! 3. 14!! 4. N/A!! 5. 20982!! 6. 66!! 7. National Institute of Allergy and Infection Disease Acquisitions Management and Operations Branch 10401 Fernwood Drive, Room 2NE-46, MSC4812 Bethesda, MD 20892-4812!! 8. 66-Instruments and Laboratory & Equipment!! 9. NIAIDRFQ14C-JDB1695431!! 10. 090214!! 11. Jennifer Burke, Contract Specialist/301-402-5762!! Pamela Nevels, Contracting Officer/301-451-7367!! 12. N/A!! 13. N/A!! 14. N/A!! 15. N/A!! 16. Advanced Microscopy Group, 18421 Bothell-Everett Hwy., Ste. 110, Mill Creek Washington 98012-6825!! 17. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number NIAIDRFQ14C-JDB1695431 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76 dated July 25, 2014. The full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulation Supplement (HHSAR) can be accessed via the Internet at http://farsite.hill.af.mil/vffara.htm (FAR) and http://farsite.hill.af.mil/vfhhsara.htm (HHSAR). This acquisition will be processed under Simplified Acquisition Procedures (SAP). All responsible sources may submit an offer that will be considered by this agency. The North American Industrial Classification System Code is 334516 and the small business size standard is 500. This acquisition is for a brand name or equal. The National Institutes of Health, National Institute of Allergy and Infectious Diseases (NIH/NIAID), has a requirement for a solicitation in accordance with FAR 52.211.6: Contractor Requirements The EVOS® FL Auto Cell Imaging System The is EVOS® FL Auto Cell Imaging System has the following capabilities: • System must be a compact integrated unit including: microscope, digital camera, computer, high power fluorescence lighting system • System must include an automated X-Y scanning stage with SBS micro plate opening and accessory vessel holders • System must include automated objective turret, filter set and condenser • System must include 3 independent high output LED illuminators with integrated hard coated fluorescence band pass excitation and emission filters for each cube • Fluorescence LED light cube must be a single, interchangeable cube that can be easily removed and installed • Fluorescence LED illuminators must have a lifetime of 50,000 hours at 100% power • System must automatically recognize which cube is installed and adjust the software configuration accordingly • LED illuminators must have independent intensity control • System must be able to simultaneously accommodate 4 fluorescent LED light cubes • System must include 2 cameras with auto-switching capabilities • System must include an integrated high-sensitivity monochrome interline CCD camera with 1.4 million 6.45um pixels • System must include an integrated high-sensitivity CMOS color camera • System must be able to accommodate a minimum of 5 objectives at once • System must include an automated focus mechanism • The system footprint must not exceed a 18.6" deep x 13.5" wide x 12.7" height footprint • System must provide a 1-click RGB channel overlay • System must be able to sequentially acquire a phase contrast image and a fluorescence image with a single mouse click, then overlay them automatically • System must include time lapse imaging capability • System must include manual cell counting capability • System must include tiling and stitching software • System must be capable of automated full plate scanning • System must include Wizard based software • System must include free downloadable software updates • System must have at least one DVI output port and three USB output ports • System must support direct output to USB and networked storage • System must provide the following output file formats: jpg, bmp, tif, and png • System must enable user to have control of system through touch screen LCD monitor. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE NOT BEING REQUESTED, AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All responsible sources who can supply brand name or equal equipment may submit a response that will be considered. All responses shall be submitted no later than 4:00p.m. Eastern Standard Time Monday, September 2, 2014 to Jennifer Burke at Jennifer.burke2@nih.gov. The Government will award a fixed price purchase order resulting from this solicitation to the responsible quoter whose quotation conforming to the solicitation; will be most advantageous to the Government. In accordance with 52.212-2 -- Evaluation -- Commercial Items, the following factors shall be used to evaluate proposals: 1. Offeror who can provide the same or similar equipment with the required capabilities 2. Past Performance; providing the same or similar equipment The following FAR Clauses/Provisions apply: 52.204-7, System for Award Management. 52.212-1, Instructions to Offerors-Commercial Items. 52.212-3, Offeror Representations and Certifications-Commercial Items. 52.212-4 Contract Terms and Conditions-Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (incorporating 52.219-6, Notice of Total Small Business Set-Aside. 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, Buy American Act-Free Trade Agreements-Israeli Trade Act. 52.225-13, Restriction on Certain Foreign Purchases ). 52.252-2, Clauses Incorporated by Reference. FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Quoters responding to this announcement must provide the information contained in 52.212-3, In order to be considered for an award, an offeror must have completed the electronic Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov in accordance with FAR 4.1201(a). The quoter should also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the System for Award Management to submit quotes and be eligible for award (NO EXCEPTIONS). For information on registering with SAM, visit www.sam.gov. Any questions concerning this solicitation shall be submitted to the contracting office via email to Jennifer Burke, no later than 1600 EST September 2, 2014. Contracting Officer shall gather all questions from prospective vendors. Contracting Officer will reply via email with answers by solicitation closing date. Solicitation shall be extended if additional time is needed for submission of quotes by interested parties. Although not required, interested parties may submit a sample of their product for evaluation by the government. A FedEx account number is required for vendors requesting return of sample product. The government will not be held responsible for the return of any sample not submitted with a FedEx account. If a change occurs in this requirement, only those quoters that respond to this announcement within the required time frame will be provided any changes/amendments and considered for award. A quotation for this request shall be submitted via regular mail, email or hand carried to NIH/NIAID/AMOB Attn: Jennifer Burke, 10401 Fernwood Rd ste 2NE46, Bethesda MD 20817, emailed to Jennifer.burke2@nih.gov, faxed to 301-480-8720. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 2 September 2014, at 4:00 p.m. Eastern Standard Time. Collect calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAIDRFQ14C-JDB1695431/listing.html)
 
Record
SN03477717-W 20140824/140822235932-1a16f54f360fc4e6d131076bf9dfaea4 (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.