Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 23,2000 PSA#2670

United States National Arboretum, 3501 New York Avenue, N.E., Washington, DC 20002

66 -- TRANSMISSION ELECTRON MICROSCOPE DIGITAL IMAGE ANALYSIS & ARCHIVING SYSTEM SOL 31B7-CAS-027 DUE 092200 POC Carol Sisas 202-245-5093 E-MAIL: click here to contact the contracting officer via, sisasc@ars.usda.gov. The U.S. Department of Agriculture, Agricultural Research Service, US National Arboretum, Floral and Nursery Plant Research Unit, has a requirement to purchase of Digital Image Analysis and Archiving system for attachment to a JEOL 100 CS transmission electron microscope. 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 announcement constitutes the only solicitation; proposals are being requested and a written request for quotation will not be issued. Solicitation No. 31B7-CAS-027 is being issued as a Request for Quotation. Delivery schedule is within 6 months after receipt of order. Shipped FOB Destination with inside delivery to the U.S. Department of Agriculture, Beltsville, Maryland 20705. Offerors are to propose pricing for the following: Integrated high resolution digital camera system for attachment to a JEOL 100CX transmission electron microscope (TEM), without requiring modification of the microscope for shutter activation, and capable of near-photographic quality output. System to consist of TEM adapter (if necessary), image acquisition hardware and software to allow image acquisition, analysis, processing, documentation, measurement and archiving; and printing of hard copy. Camera: High resolution (at least 1024 x 1024 pixels), CCD camera, with dynamic range of at least 4096:1. To attach to the 35mm camera port of the 100CX; electronic shutter requiring no modification to the TEM. Software: To control the camera without TEM modification; must allow image acquisition, documentation, interactive measurement, and archiving of images. Must allow real-time image correction for microscope astigmatism, etc. Must have ability to display stored and live images simultaneously. Ability to present images in false color to allow contrast highly desirable. Computer workstations to have: 500 MHZ processor (minimum), 128 MB RAM (minimum), 16 GB hard drive (minimum) 40X CD-ROM (minimum), 100 MB internal ZIP drive (minimum), 1.44 MB floppy disk drive, 17" (minimum) VGA monitor, 10/100 Ethernet card, CD-R/W, Windows 98 (PC) or OS 9 (Mac) operating system. Printer: Minimum 300 dpi dye sublimation, or 1400 x 700 dpi inkjet printer for near-photographic reproduction of images from TEM, capable of printing images up to 8.5 x 14 inches. System: Must be proven system developed for TEM and compatible with JEOL 100CX, with documented application to TEM image acquisition, processing, and analysis. Shall include all necessary cables, system installation and training, plus full documentation. Installation and training shall be included. This solicitation incorporates the following FAR clauses, provisions, and addendums: FAR 52.212-1 Instructions to Offerors Commercial; FAR 52.212-2 Evaluation Commercial Items; FAR 52.212-4 Contract Terms and Conditions Commercial Items; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items;FAR 52.247-34 F.O.B. Destination. In paragraph (b) of 52.212-5 the following apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, and 52.232-34. 52.222-70 COMPLIANCE WITH VETERANS EMPLOYMENT REPORTING REQUIREMENTS (Jan 1999) (DEVIATION) (USDA) (a) The offeror represents that, if it is subject to the reporting requirements of 38 U.S.C. 4212 (d) (i.e., the VETS-100 report required by FAR clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era), it has ( ), has not ( ) submitted the most recent report required by 38 U.S.C 4212 (d). (b) An offeror who checks "has not" may not be awarded a contract until the required report is filed. CONTRACT PAYMENTS (MANDATORY INFORMATION FOR ELECTRONIC FUNDS TRANSFER) Electronic Funds Transfer compliance with 31 CFR 208. To facilitate EFT for contract payments, FAR clauses 52.232-34 and 52.232-35 (31 CFR Part 208) requires the submission of information by the contractor to the payment office. Upon award, the contractor shallcontact the Miscellaneous Payments Section at the National Finance Center (NFC) to initiate the enrollment process of the Vendor Express Program (VXP) which will result in a number being assigned to the contractor for payment under EFT. NFC can be reached at 1-800-421-0323 or at www.nfc.usda.gov. Year 2000 Warranty Information Technology Products The contractor warrants that hardware, software, and firmware product delivered or developed under this contract, will be able to accurately process date (including, but not limited to, calculating, comparing, and sequencing) from into, and between the 20th and 21st centuries, including leap year calculations when used in accordance with the product documentation provided by the contractor, provided that all listed or unlisted items (e.g. hardware, software, firmware) used in combination with such listed products properly exchange date data with it. If the contract requires that specific listed products must perform as a system in accordance with the foregoing warranty, then that warranty will apply to those listed products as a system. The duration of this warranty and the remedies available to the Government for breach of this warranty will be defined in, and subject to, the terms and limitations of the contractor's standard commercial warranty or any general warranty provisions of this contract, provided that notwithstanding any provision to the contrary in such commercial warranty or general warranty provision (s) or in the absence of any such warranty provision(s) the remedies available to the Government under this warranty will include repair or replacement of any listed product whose noncompliance is discovered and made known to the contractor in writing within ninety (90) days after acceptance. Nothing in this warranty will 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. All offerors must include completed copies of 52.212-70 (Representations and Certification), 52.222-70 (Compliance with Veterans Employment Reporting Requirements. Proposals will be evaluated on price, past performance, and proof of meeting the salient characteristics listed above. Offers should include a list of at least four references to include company name, point of contact, phone number and fax number. References should reflect similar type of equipment purchases. Offers to include a commercial warranty for equipment. Faxed proposals will be accepted. The faxed proposals are to be addressed to Carol Sisas 202-447-2811 (fax). Offers are to be received not later than the close of business (4:00 p.m. EST) September 22, 2000. The mailing address is Carol Sisas, U.S. National Arboretum, 3501 New York Avenue, NE, Washington, DC 20002. The POC for this acquisition is Carol Sisas 202-245-5093, or e-mail sisasc@ars.usda.gov. The anticipated award date is September 28, 2000. All responsible sources may submit a proposal which shall be considered by the agency. Posted 08/21/00 (W-SN488365). (0234)

Loren Data Corp. http://www.ld.com (SYN# 0286 20000823\66-0016.SOL)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |


Created on August 21, 2000 by Loren Data Corp. -- info@ld.com