Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 29, 2001 PSA #2925
SOLICITATIONS

66 -- CONOFOCAL MICROSCOPE

Notice Date
August 27, 2001
Contracting Office
US Army Robert Morris Acquisition Center, Adelphi Contracting Division, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
ZIP Code
20783-1197
Solicitation Number
DAAD17-01-R-0039
Response Due
September 13, 2001
Point of Contact
Donna Sheely, 301-394-3384
E-Mail Address
US Army Robert Morris Acquisition Center, Adelphi (dsheely@arl.army.mil)
Description
(i) 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; proposa ls/bids are being requested and a written solicitation will not be issued. This acquisition is issued as a Request for Proposal (RFP). (ii) The solicitation number is DAAD17-01-R-0039. (iii) The solicitation document and incorporated provisions and cla uses are those in effect through Federal Acquisition Circular (FAC) 97-27. (iv) The associated North America Industry Classification System (NAICS) Code is 334516 and the Business Size Standard is 500. (v) The following is a list of contract line item nu mbers and items, quantities and units of measure: CLIN NO. 0001 DESCRIPTION: LSM 5 PASCAL CONFOCAL MISCROSCOPE QUANTITY:1 UNIT:EACH PN 1123288KIT , WITH THE FOLLOWING REQUIRED OPTIONS: PN: 1060089 MONITOR SIEMENS MCM 21T1 21 in., PN:1095490 SWITCHING MIRROR MOT, PN:1058431 TRANS LIGHT CHANNEL F/LSM 5 , PN:1115256 PHYSIOLOGY SOFTWARE V2.8 , PN:1115257 LSM 510 S.W. F/TOPOGRAPHY V2.8 , PN: 9108012128 256 MEM UPGRADE SIEMENS LI850 , PN: 9108809404 31533 IOMEGA 250MB EXT ZIP DR, PN: 9108370117 LSM5 TBLE 30X30 THREADED/GR30, PN: 9107900083 MISC LSM ACCESSORIES, PN: 9108018105 LASER CART, PN:1005820 AXIOVERT 200 MOT F/H/DIC, PN:1071164 LSM ADPTR SP LEFT/SP 60 RIGHT, PN:106922 7 MIRROR INSERT F/VIS , PN: 1005827 BINOCULAR TUBE 45/23 F/VERT200, PN:1005834 3 PLATE STAGE F/VERT 200 , PN: 451352 UNIVERSAL MOUNTING FRAME K, PN:451344 MOUNTING FRAME K F.EPI D=72MM, PN:451345 STAGE INSERT D=28MM F/451344, PN:1071169 TUBE LENS 1.0 F/LSM 5, PN: 1071174 SAFETY DEVICE LSM 510/PASCAL , PN: 459330 DUST COVER AX-VERT 100/135 T, PN:447219 L.H.HAL100 W/COLL/SOCKET/FLTR, PN:3800799540 540380 HAL. 12V 100W W/SQ.FIL, PN:467803 INTERF FILTER GREEN D=32MM, PN:467847 CONVERSION FILTER 3200/5500 32, PN:1005840 TILTBACK ILLUM. CARRIER F/200, PN: 1071167 LCD DISPLAY F/VERT 200, PN: 1066230 FL LIGHT TRAIN F/VERT 200, PN:1062360 FL IRIS DIAPHRAGM, PN:1064365 FL REFL TURRET MOT AXIOVERT200, PN:452369 FL ADJUSTING AID F/SKOP 2 , PN:1046281 FL CUBE F/PLAN 2 IMAGING, PN:488002 FL FILTER SET 02 EX G365, PN: 488010 FL FLTR SET 10 EX PB450-490,SB, PN:488015 FL FLTR SET 15 EX BP 546/12 , PN:488000 FL FILTER SET 00, EX.530-585, PN:1007980 LAMP UNIT N HBO 103 W/O IGN, PN:1 007976 COLLECTOR HBO F/LAMP Z+N , PN: 10003928 POWER SUPPLY F/LAMP HBO 103, PN: 3803019350 BURNER HBO 103 W/2, PN:440330 PLAN-NEO 10X/0.30 WD=5.6MM, PN:1016758 EYEPIECE 10X/23 WPL, FOCUSING, PN:444801 FOLDING EYECUP, PN: 1056602 PLAN-NEO 40X/1.3 DIC WD=0.17MM, PN: 1033912 DIC SLIDER F/40X/1.3 III , PN: 1005848 LD CONDS 0.55 MOT F/H/PH/DIC, PN:440668 C-APOCHROMAT 63X/1.2 W.CORR., PN:444469 DIC SLIDER C-APO 63X/1.2 W , PN:1121813 POLARIZER D, ROTATABLE, PN: 1050958 ANALYZER CUBE F/PLAN 2 I, PN:1005868 PRISM DIC III/0.55, PN: 1071172 Y CABLE SUBBUS F/VERT 200, PN:442323 EPIPL-NEO 5X/0.15 POL WD=13.7, PN:442333 EPIPL-NEO 10X/0.30 POL WD=5.7, PN:442343 EPIPL-NEO 20X/0.50 POL WD=1.4 , PN: 4423539902 EPIPL-NEO 50X/0.8 POL,WD=0.5 4. CLIN NO.:0002 DESCRIPTION: MAINTENANCE QUANTITY: 24 UNIT: MONTHS (vi) Description of requirements: The above items are components manufactured by Carl Zeiss Inc, and are being solicited on a Brand Name or Equal basis. Pricing shall be required for the 2 line items as identified. The following are the minimum salient characteristics for this equipment: Confocal microscope system must be capable of line scanning at 0.3 msec or 2600 lines per second. Image size must be 2K x 2K with Image Depth of 12 bits and 2 fluorescence channels. System must be capable of data colle ction from two PMTs simultaneously. System must be capable of displaying up to eight channels simultaneously. Laser system must consist of an Ar Ion laser, min 30 mW power with 458, 477, 488, and 514 nm lines; a Helium-Neon laser, min 1 mW power at 543 nm, and a Helium-Neon laser, min 5 mW power at 633 nm. System must contain hardware/firmware for on-line image math between any two channels, thus providing on-line ratioing for dual emission dyes. System must have an air/nitrogen table for vibration isolation of the microscope. Software must be capabl e of rotating the scan 360 degrees in 1 degree increments. Software must be capable of 3D ray tracing, producing stereo pairs, orthogonal sectioning, image arithmetic, time series for tracking kinetic data, auto reuse of settings for ease of repeatable e xperimental setups, image enhancement, and user definable image filtering. Software must include topographical analysis and rendering functions, to include: volume measurements, roughness calculations, height profiles and histograms, manual and automatic t ilt controls for non-level samples, 3D plots of position vs. intensity, and gradient plots. The microscope stand must be of an inverted design, and motorized functionality. The microscope nose piece must be capable of mounting at least five objectives, m ust be parfocal and parcentric, and must have a display to notify user of which objective is presently being used. Fluorescence light path must be optimized for low light imaging. Fluorescence light path must use the same position for different filters to reduce the pixel shift phenomen. Field and aperature diaphragms must be removable and provide precise fully Koehler illumination in all reflected light techniques. The motorized sample stage must have a minimum step size of 25nm (nanometers). The mo torized objectives must have a 25 mm focusing range. All motorized functionalities must be controllable by either the computer workstation or controls on the microscope stand itself. The microscope stand must have dual camera ports. The motorized micros cope stand must have an open architecture for ease of programming and control. The above characteristics are intended to be descriptive, but not restrictive. Unless clearly marked that the vendor is quoting on an equal the offered item shall be considere d as the brand name product referenced in this announcement. If the vendor proposes to furnish an equal product, the brand name of the product to be furnished shall be inserted on the proposal. (vii) Delivery is required by 31 December 2001. Delivery sha ll be made to US Army Research Laboratory, ATTN: Shipping and Receiving, Bldg. 4600, Aberdeen Proving Ground, MD 21005-5001. Acceptance shall be performed at US Army Research Laboratory, APG, MD 21005-5001. The FOB point is Destination. (viii) The provi sion at FAR 52.212-1, Instructions to Offerors -- Commercial Items applies to this solicitation. The following agenda have been attached to this provision: None. (ix) The provision at FAR 52.212-2, Evaluation -- Commercial Items is applicable to this solic itation. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical, past performance and price. Technical and past performance are of equal importance and when combined are significantly more important t han price. The technical evaluation will be a determination as to equality of the product and shall be based on information furnished by the vendor. The government is not responsible for locating or securing any information, which is not identified in th e proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the government to determine whether the product meets the salient characteristics of the requirement. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitati on the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the pr oposed products to industry or government agencies. Past performance will consider whether past products sold have met technical specifications as advertised, ability of the offeror to meet delivery schedules and warranty and maintenance performance. Off erors must include records of three recent sales and identify a point of contact for each by providing a name and telephone number. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Comm ercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -- with its offer. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following agenda have been attached to the clause: None. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable : FAR 52.203-6, Restriction on Subcontractor Sales to the Government (JUL 1995); FAR 52.219.8, Utilization of Small Business Concerns (OCT 2000); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (FEB 1999); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (APR 1998); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.225-1, Buy American Act -- Balance of Payment Program -- Supplies, (FEB 200 0); FAR 52.232-33, Payment by Electronic Funds Transfer (MAY 1999). Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. (xiii) The following additional contr act terms and conditions apply: A standard commercial warranty is required. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as DOC9E. (xv) Offers are due on 13 September 2001, by 1600 hours, at US Army Research Laboratory, RMAC-Adelphi, APG Satellite Purchasing Team, AMSSB-ACA-A, Bldg. 434, Aberdeen Proving Ground, MD 21005. (xvi) For information regarding this solicitation, please contact Brenda Fletcher at (410) 278-8675, FAX (410) 278-6522 or email fletcher@ arl.army.mil.
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20010829/66SOL005.HTM (D-239 SN50W090)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on August 27, 2001 by Loren Data Corp. -- info@ld.com