|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 23,1999 PSA#2331USDA-ARS-MWA, Contracting Office, 1815 N. University Street, Peoria, IL
61604 66 -- LEICA DM INVERTED RESEARCH BIOLOGICAL ELECTRONIC (IRBE)
MICROSCOPE OR EQUAL SOL 5114-9-3114 DUE 051399 POC Lorna Flansburg
309-681-6615 E-MAIL: click here to contact the contracting officer via,
flansbul@mwa.ars.usda.gov. 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 notice constitutes the only solicitation; Quotations (RFQ)
are being requested and a written solicitation will not be issued. This
solicitation is being issued as Request for Quotation number
5114-9-3114. The solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular
number 97-10. SIC code is 3827 and the size standard is 500 employees.
Contractor to provide the following items: Item 1) Leica DM Inverted
Research Biological Electronic (IRBE) microscope or equal compatible
with the Leica confocal scanner system. The instrument is to be
provided with five lenses: 1.6x/0.05 dry, 10x/0.30 dry, 20x/0.70 dry,
40x/1.25-0.75 oil and 63x/1.20 water lenses. The instrument is to be
equipped with DIC (differential interference contrast) optics for use
with the 40xand 63x lenses. Other specifications include: optical and
mechanical compatibility with the Leica TCS SP Confocal Scanner System,
Harmonic Component System Optics (HCS), compatibility with the Leica
galvanometer-driven Z-stage, and electronic remote control for
nosepiece focusing. Training: There should be two training sessions for
the microscope. One should occur at installation, and the second will
be arranged some months after installation. Both training sessions must
be coordinated with training for the confocal scanner system to be
purchased by the University . Telephone and email consultation with
technical representatives should be available at no extra cost. User
and help manuals should be made available in electronic format (on
line, on disc, and/or on CD ROM). The supplier is to install the
equipment and ensure that it is working properly. There should be a one
year warranty for non-disposable parts and labor. Unless visibly marked
that the vendor is quoting an "equal" the offered items shall be
considered the brand name product as referenced in this announcement.
If offering an or equal product the brand name of the product furnished
shall be clearly identified on the proposal. The evaluation of quotes
and the determination as to equality of the product shall be the
responsibility of the Government and shall be based on information
provided by the vendors. The Government is not responsible for locating
or securing any information which is not identified in the quotation
and reasonable to the purchasing activity. To insure that sufficient
information is available the vendor must furnish as part of their quote
all descriptive material necessary for the purchasing activity to
determine whether the products meet all salient characteristics of this
requirement. The Government will award to the responsible offeror whose
offer conforms to this solicitation and will be most advantageous to
the Government, price and other factors considered. The following
factors shall be used to evaluate offers, The ability to meet the
technical requirements, past performance, and price. Technically
acceptable proposal must show that the offeror can meet the
requirements of the Government. Items are to be quoted FOB destination
and delivery shall be made to USDA-ARS-MWA, Corn and Soybean Research,
Department of Plant Pathology, OARDC, 1680 Madison Avenue, Wooster
Ohio, 44691 within 45 days of award. Acceptance time will be 60 days
from the date quotations are due. The following FAR provisions and
clauses apply to this solicitation: 52.212-1 Instructions to
Offerors-Commercial, 52.212-3 Representations and
Certifications-Commercial Items, 52.214-4 Contract Terms and
Conditions-Commercial Items, and 52.212-5 Contract Terms and Conditions
including clauses incorporated by reference under Section (b)(6):
52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action
for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212),
52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793),
52.222-37 Employment Reportson Special Disabled Veterans and Veterans
of the Vietnam Era (38 U.S.C. 4212), 52.225-3 Buy American Act-Supplies
(41 U.S.C.10). Offerors shall submit a price for each item on company
letterhead, past performance information to include a minimum of four
references; contact name, company name, address, phone number and fax
number, and include a completed copy of 52.212-3 to the Contracting
Officer at the address indicated above by May 13, 1999 at 4:00 p.m.
local time. Faxed quotes will be accepted at 309-681-6680. All
responsible sources will be considered. Posted 04/21/99 (W-SN322919).
(0111) Loren Data Corp. http://www.ld.com (SYN# 0387 19990423\66-0011.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|