Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 3,2000 PSA#2656

Directorate of Contracting, Uniformed Services University of the Health Sciences, Rm A1040c, 4301 Jones Bridge Road, Bethesda MD 20814-4799

66 -- ATTOFLUOR RATIOVISION (CARV) REAL-TIME FLUORESCENCE ANALYZER SOL MDA905-00-R-0007 DUE 082800 POC Christina Johnson, 301-295-3069; David Denton, 301-295-3068, FAX 301-295-1716 E-MAIL: Point of contact, cjohnson@usuhs.mil. The Uniformed Services University of the Health Sciences (USUHS), Bethesda, MD requires an Attofluor RatioVision (CARV) real-time fluorescence analyzer and all associated components from the manufacturer Carl Zeiss to be furnished and installed at USUHS. This item will be procured on a brand name or equal basis. This includes an integrated workstation combining hardware and software for the analysis of fluorescent probes in living cells and prepared specimens. The system has the flexibility to observe the ions (calcium, pH, camp, sodium and other ions) either individually or simultaneously in combinations limited only by the optical properties of the probes in use. Using the Microsoft Windows operating environment, RatioVision can accomplish simple single probe experiments as well complex, fully automated multiple probe experimental sequences using similar design logic. The standard imaging system is capable of performing multiple dye experiments such as Fura-2 (for calcium) combined with BCECF (for pH) in the same cells over the same period of time. Ratio images and graphical data from multiple dyes are displayed on line. Each dye can use the same or independent regions of interest with up to 99 regions per dye. The CARV confocal module can be used in standard fluorescence applications such as co-localization studies, time lapse, and ratio imaging to obtain higher resolution data. Since the CARV is an optical module that is installed into the fluorescence train of an upright or inverted microscope, a wide spectrum of excitation wavelengths from the arc lamp can be sued without the need for expensive lasers. This feature makes the CARV ideal for multi-channel imaging applications. The CARV module uses spinning disk confocal technology for fluorescence microscopy. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 the Federal Acquisition Regulation (FAR) part 12, Commercial Acquisitions and FAR part 13.5 supplemented with additional information included in this notice. This announcement constitutes the solicitation; proposals are being requested and a written solicitation will not be issued. The provisions and clauses in the RFP are those in effect through FAC 97-18. Questions may be submitted via mail to the address above or fax (301) 295-1716. All written questions received will be answered in writing and transmitted to all offers via an amendment to the solicitation. This notice is being used as request for proposal for: (1) 101-001 Atto Ratio V.100-SER (cat. # 9107450001) with the following components: (2) Axiovert S100 H/DIC?5X Nosepiece (cat. # 4513119901); (3) TV Adapter F/AX?Vert 100/100SPLT (cat. # 4513779901); (4) Carrier w/Rack + pin. tiltable (cat.# 451750); (5) Hal?illmtr 100w/Hous/Coll/Sock (cat.# 447217); (6)540380 Hal 12V 100W w/sq. fill (cat. # 3800799540; (7) Interf Filter Green D?32mm (cat.# 467803); (8) Attachable Mech. Stge 85 X 130mm (cat. # 451336); (9) Stage Platform 211 X 230 F/AXVT (cat. # 451335); (10) Spec. Hlder F/Petri Dishes D?36 (cat. # 471742); (11) 040?000 Stainl. St. Cell Chamber (cat. # 9107910026); (12) Binoc. Phototube 45/20 100/100 (cat. # 451321); (13) Eyepiece E?PL l0X/20 FOC/26DIA (cat. # 4442329902); (14) Folding Eyecup (cat. # 444801); (15) LD Cond. 0.55H/3D/PHl?3/DIC, DID (cat. # 451359); (16) DIC Prism 0.30.4/0.55 (cat. # 451395); (17) DIC Prism 0.5?1.3/0.55 (cat. # 451396); (18) Polarizer D/w/Carrier, Rotatabl (cat. # 453620); (19) Analyzer, w/Filter (cat. # 451393); (20) Optovar Insert 1.6X (cat. # 451373); (21) Fluar 10X/0.50 WD?2.0MM (cat. # 440135); (22) DIC Slider F/10X/0.50 Fluar (cat. # 444436); (23) F-Fluar 40X/1.30 Oil WD?0.1mm (cat. # 440258); (24) DIC Slider F/ 40X/1.30 Oil UV (cat. # 444453); (25) Fluar 100X/1.3 Oil WD?0. 17mm (cat. # 440285); (26) DIC Slider F/100X/1.30 Fluar (cat. # 444481); (27) Plan?Apo 63X/1.4 Oil H/DIC (cat. # 4407629902); (28) DIC Slider F/63X/1.40 Oil (cat. # 4444679901); (29) Refl Lt Equipment FL/UV/ AXVT (cat. # 451384); (30) Reflector Sldr 3 FL F/AXVT 100 (cat. # 451366); (31) Lamp Unit N HBO 103 w/o IGN (cat. # 0000001007980); (32) Atto Arc II w/Ignition unit (cat. # 0000001007975); (33) 017?000 Atto 495NM LP Filter (cat. # 9107910023); (34) FT?425 Chromatic Beamsplitter (cat. # 446432); (35) Quartz Collect HBO103 Z (cat. # 0000001007977); (36) Burner 102DH HBO 100 w/2 (cat. # 9108812000); (37) CZ902 UV Filter Set AXI0 (cat. # 9108121090); (38) CZ910 Fitc Filter Set AXI0 (cat. # 9108121036); (39) CZ915 Rhodamine Set AXI0 (cat. # 9108121092); (40) Digital Camera System: (a) HIPIC/PCI Intrface Pkg for PC (cat. # 9108301649); (b) C4742?95?12NRBPC Orca 100 8 X 8 (cat. # 9208301661); (c )Connecting Tube 1 X w/C?Mount (cat. # 452995); (d) Interm. Adapter Tube 60mm/44mm (cat. # 456140); (41) Confocal Attachment: (a) Carv Confocal Optical Module (cat. # 0000001003826); (b) Carv. Mounting Kit/AX?Vert 100 (cat. # 0000001003827); (c) DC Focus Mot. w/Drive F/A?Vert (cat. # 4583069902); (d) Motor Controller for MCU, XYZ (cat. # 457427); (e) Cable for Focus Motor 458306 (cat. #4574129002); (f) Binoc. Phototube 20/23?100/100 (cat. # 452934); (g) Eyepiece E?PL l0X/20 FOC/26DIA (cat. # 4442329902); (h) Interface Cable RS?232 (cat. # 4574119012); (i) Carv. Windows95 PC Software (cat. # 0000001005006); (j) Reflector Fluoresc. Fl (cat. # 452888); (k) 100/100 Reflector (cat. # 452584); (42) Isolation Table: (a) 63?531 30 " X 36 " Vibr. Isol. Table (cat. # 9108807027); (b) 81?303?01 Arm Rest Pad (cat. # 9108807011); (c) 81?302?01 Rear Support Bar 36 " (cat. # 9108807014); (d) 81?301?01 36 " Front Bar/F Table (cat. # 9108807028); (43) Service Contract for microscope; (44) Service Contract for attofluor system components. DELIVERABLES: The system shall be delivered and installed at USUHS, Bethesda, MD 20814-4799, and FOB: Destination within 90 days. Delivery shall be made within the hours of 8:00 a.m. to 4:00 p.m., Monday through Friday, excl. Federal holidays, and shall be scheduled with the COR named at the time of award. PACKING and SHIPPING: All items packed and shipped shall have themailing label addressed as follows: USUHS (complete address) and the contract number (named at the time of award). INSTALLATION: The contractor shall be responsible for the movement of all equipment to installation site. The Contractor shall install the microscope, complete with the components. The Contractor shall also perform verification testing and provide technical support. Installation shall be completed within 30 days after delivery to USUHS and is to be coordinated with the COR (to be named at time of award). SET-UP and TRAINING: The Contractor shall be responsible for performing all start-up operations to ensure the system is fully functional for its intended purpose. The contractor will provide at least three full days of operator training in the laboratory at USUHS within 15 days after completion of installation. DOCUMENTATION: Upon completion the contractor shall provide two (2) sets each of all equipment/software manuals for the Attofluor Ratiovision System. Final payment shall not be made untilsuch documentation is received and accepted by the Contracting Officer. WARRANTEE: A standard commercial warranty shall be provided for the software and equipment. The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. The provision of FAR 52-212-1, Instruction to Offerors -- Commercial Items and 52.211-6, Brand Name or Equal, applies to this acquisition. All offerors are required to submit a completed copy of Addenda to FAR Clause 52.212-1 1) Item (b) Submission of Offers is amended to include the following: Submit your proposal, acknowledgment of amendments (if any), software licensing agreements (if any), descriptive literature for the proposed equipment and software, and the FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items, prior to an award. Telegraphic or facsimile offers are not acceptable. Period for acceptance of offers is amended to include the following: The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. The provision at 52-212-1, Instruction to Offerors -- Commercial Items, applies to this acquisition. The provision of FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The following evaluation criteria are included in paragraph (a) of that provision. Addendum to FAR clause 52.212-2. Evaluation Factors for award: Any resulting order will be issued to the company offering the best value to the Government, price and other factors considered. Factors that will be considered are Technical capability and price. Technical capabilities are significantly more important than price. Failureto provide the information relative to each evaluation factor may render offer non-responsive. 1) TECHNICAL CAPABILITY: Technical capability will be based on product literature, technical features and/or warranty provisions. Each offeror is required to submit licensing (if applicable), descriptive literature, or other documentation, manufacturer or brand name and model of the item, and show how the offered product meets or exceeds the requirements as specified in the Specifications. 2) PRICE: Price includes all equipment, software, software licensing, training, warranty costs, discount terms, and transportation costs. Evaluation is based on best value including cost and ability to meet stated requirements above. Offerors shall submit descriptive literature and drawings detailing features, technical capabilities and warranty data. Technical acceptability will be determined solely on the content and merit of the information submitted response to this provision as it compares to the minimum characteristics provided above. Therefore, it is essential that offerors provide sufficient technical literature, documentation, etc., in order for the Government evaluation team to make an adequate technical assessment of the quote as meeting technical acceptability. The full text of these clauses may be accessed electronically at this address: http://www.arnet.gov/far/. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items. The following FAR clauses cited in 52.212-5 are applicable to this acquisition for supplies: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 1984); 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era Veterans (APR 1998); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (JAN 1999); 52.225-3, Buy American Act Supplies (JAN 1994); 52.225-13 Restrictions on certain Foreign Purchases (FEB 2000); 52.225-21, Buy American Act North American Free Trade Agreement Implementation Act Balance of Payments Program (JAN 1997); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (May 1999); 52.239-1, Privacy or Security Safeguards (AUG 1996). ALL INTERESTED PARTIES SHALL SUBMIT OFFERS WITH THE FOLLOWING INFORMATION: Federal Tax Identification (TIN); Dun & Bradstreet Number (DUNS); remit to address if different; and business size. As of 31 May 1999 all Contractors must be registered in the Central Contractor Registration (CCR) Database as a condition for contract award. Contractors may register in the CCR through the World Wide Web at http://www/acq/osd.mil/ec or call the DOD Electronic Information Center at 1-800-334-3414. Posted 08/01/00 (W-SN480599). (0214)

Loren Data Corp. http://www.ld.com (SYN# 0161 20000803\66-0003.SOL)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |


Created on August 1, 2000 by Loren Data Corp. -- info@ld.com