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
|
|
|