|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 27,1999 PSA#2420National Institutes of Health, Office of Procurement Management, 6011
Executive Blvd., Rockville, Maryland 20892-7260 66 -- ULTRAVIOLET CONFOCAL MICROSCOPE SYSTEM SOL 263-99-B(BD)-0057 DUE
091399 POC Marcia Goldman, Contracting Officer, 301-496-2302 This is
a combined solicitation/synopsis for commercial items description,
prepared in accordance with the format in FAR 12.6, as supplemented
with additional information included in this notice. This notice
constitutes the only solicitation, a written solicitation will not be
issued. The solicitation, No. 263-99-B(BD)-0057, is issued as a
Invitation for Bid. The solicitation/contract will include all
applicable provisions and clauses in effect through FAC 97-12. The
standard industrial code is 3821, size standard is 3.5 million. The
National Institutes of Health (NIH), National Eye Institute (NEI) has
a requirement for an ultraviolet confocal microscope system. Delivery
F.O.B. Destination National Institutes of Health, Building 10, in
Bethesda, Maryland. This system shall include, but not be limited to,
the following performance characteristics, features, and pertain to the
following components: 1. The system shall include confocal prism
spectrophotometer, with detection range of 400 nanometers to 750
nanometers or better. 2. Wavelength scans shall determine the spectral
emission of any fluorochrome or autofluorescence. Shall support a
minimum bandwidth of 5 nanometers, can be stepped in 1 nanometer
increments. Spectrophotometer shall provide for pixel level resolution.
Shall include multi-channel recording of emission spectra. 3. Intensity
scans shall offer detection bandwidth that can be continuously adjusted
between 400 nanometers to 750 nanometers or better. Shall be settable
to the real emission spectra of dyes. 4. Shall include/support Argon
ultraviolet laser, Argon laser, Krypton laser, and Helium/Neon laser.
5. Shall include 8 channel acousto-optical filtering (AOTF) that
provides for laser lines of 458, 476, 514, 568, and 633 nanometers with
3-laser configuration. Shall include provisions to add a fourth laser
port. Shall include ultraviolet laser with AOTF control at 351 and 364
nanometers. 6. System shall include true confocal design with an
illumination pinhole for the visible light path andseparate
illumination pinhole for the ultraviolet light path. Shall include and
support a computer controlled continuously variable detection pinhole.
System shall also support guaranteed pixel registration in XYZ between
all detection channels. 7. The system shall include single mirror
design and maintain telecentric illumination of the objectives.
Geometric distortion of displayed image shall be less than 1%. Shall
afford scan speeds to 3 frames per second at 512 x 512 pixels, 10
frames per second at 64 x 64 pixels, 1900 lines per second or better.
Scan format shall be selectable from 64 x 64 pixels to 2048 x 2048
pixels. Scan modes shall include XY, XZ, XT, XYT, XZT, XYZ, and XYZT.
Shall afford a minimum of 6 selectable scan speeds. Shall afford
uni-directional or bi-directional scanning and laser beam blanking
during fly back. 8. Optical Transfer Efficiency (OTE) shall be 92% or
better, beam path to be unfolded with one first surface scan mirror and
two correction lenses (or better) in detection path. 9.Shall include
resolution of 180 nanometers in XY, and 350 nanometers in XZ, or better
(488 illumination in reflection). 10. The Z stage shall be galvanometer
driven. Fidelity shall be 40 nanometers or better. Shall provide for
on-line XZ scanning (10 frames/sec at 64 x 64 and 3 frames/sec at 512
x 512) or better, 360 degrees of rotation. 11. Shall include inverted
ultraviolet microscope, motorized focus, and step width adjustable to
50 nanometers. Shall be parfocality programmable for all objectives.
Nosepiece shall be 6 position or better and motorized. Objectives shall
include pl fluotar 5x, pl fluotar 10x ph1, pl apo 10x, pl apo 20x, pl
apo 40x, and pl apo 63x or better, at a minimum. 12. Three fluorescent
detectors shall be included, each using a scanning slit monochromater,
adjustable in increments of 1 nanometer. Minimum slit width shall
extend down to 5 nanometers or better. Steepness factor shall be less
than 1%. 13. Shall include transmitted detector and accessories for
Nomarski. 14. Three dimensional software package shall include ray
tracing and voxel rendering algorithms. Shall include opacity
adjustments, and oblique lighting and thresholding for each channel.
15. Physiology software package for live cell imaging shall be
included. Shall include measurement of ROI's, bleaching, and ion
concentration measurement. 16. Shall include a personal computer system
with the following characteristics: a. Multitasking high performance
Windows NT Workstation. b.Pentium II, 400 megahertz microprocessor or
better. c. Memory of 256 megabytes or greater. d. Two 21 inch monitors,
with true color, total of 2560 x 1200 pixels or better. e. Two graphics
boards, 4 megabytes each or better. f. Tower crater with upgraded
cooling. g. SCSI hard drive of 9 gigabytes or greater. h. Floppy drive,
3.5 inches. i. Compact disc, 2x write, 32x read. j. 3 Com ethernet
board or better. k.SCSI Adaptec controller or better. l. Keyboard and
mouse.m. MS-Windows NT 4.0 or better. n.TCP/IP software. 17.The
contractor shall provide a Year 2000 Warranty for each hardware,
software, and firmware product delivered under this contract. The
contractor shall be able to accurately process the data (including, but
not limited to calculating, comparing, and sequencing) from, into, and
between the twentieth and twenty-first centuries and for the Year 2000
and leap year calculations. Nothing in this warranty shall be construed
to limit any rights or remedies the Government may otherwise have under
this contract with respect to defects other than Year 2000 performance.
The Government proposes to award a firm fixed price contract. The
Government desires the delivery of the confocal microscope to be made
within 120 calender days after the date of contract award for delivery
to the National Eye Institute. If the bidder is unable to meet the
desired schedule, it may, without prejudicing evaluation of its offer,
propose a delivery schedule. However, the offeror's proposed delivery
schedule must not extend the delivery period beyond the Government's
REQUIRED delivery schedule of one hundred and fifty (150) after
contract award. Award will be made to the lowest, responsive,
responsible bidder meeting all the required performance characteristics
specified herein. Information provided must demonstrate the equipments
ability to meet specifications. A completed copy of the latest
provision 52-212-3, Offeror Representatives and Certifications-
Commercial Items, is required as part of the offer. The clause 52.212-4
Contract Terms and Conditions- Commercial Items applies to this
acquisition. The clause at 52.212-5, Contract Terms and Conditions
Required to Implement Statutes Or Executive Orders-Commercial Items
applies to this acquisition. The Contractor will be paid following
delivery and acceptance of equipment. Sources demonstrating the
capability to accomplish the above shall provide pertinent information
is sufficient detail to demonstrate their ability to perform.
Information furnished should include enough material to conduct a
proper evaluation. Offer is due on or before September 13, 1999, to the
attention of Marcia Goldman at the above address. Posted 08/25/99
(W-SN372265). (0237) Loren Data Corp. http://www.ld.com (SYN# 0358 19990827\66-0005.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|