Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2004 FBO #1028
SOLICITATION NOTICE

66 -- Instruments and Laboratory Equipment

Notice Date
9/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817
 
ZIP Code
20817
 
Solicitation Number
RFQ4101
 
Response Due
9/27/2004
 
Archive Date
10/12/2004
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 solicitation will not be issued. The solicitation number for this acquisition is RFQ4101 and is being issued as a Request for Quote. This solicitation document and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2001-24. The National Institutes of Health (NIH), National Institute of Allergy and Infectious Diseases (NIAID) has a requirement to purchase brand name or similar to Vivo Bioluminescence Technology with the ability to track light-emitting cells in small laboratory animals in a non-invasive and quantitative fashion that provides information on both spatial localization, using fluorescence and bioluminescence imaging, as well as the number of metabolically active cells and may also report function. This requirement has further specifications as follows: Minimum detectable luminance of 100 photons/s/cm2/sr for conditions relevant to small animals imaging, a large field of view (10-25 cm) imaging system with a one inch square back-thinned, back illuminated CCD, which is cryogenically cooled to -105c via a closed cycle refrigeration system (without using liquid nitrogen) to minimize electronic background and maximize sensitivity, capable of imaging up to five mice or two large rats, CCD Camera which is cryogenically cooled to -105c via a closed cycle refrigeration system (without using liquid nitrogen), imaging chamber, camera controller, cryogenic refrigeration unit, controlling computer, an automatic (not manual) adjustable six-position filter wheel that permits detection of emitted light at particular wavelength, integrated gas anesthesia capability and a heated sample shelf to maintain animal body temperature during imaging, and software. The system must have the ability to make an accurate, absolutely calibrated determination of the light emission from the surface of the animal and the system must come equipped with autoflourescent background filters. The system must be absolutely calibrated against the NIST standards. Must be able to utilize a calibration device for determination and calibration of absolute photon intensity for standardized measurements from experiment to experiment. All image data must be automatically converted for data analysis by the software. System should be highly automated and provide easy to use graphical user interface for detection, quantification, analysis, and storage of acquired images. Imaging chamber must be extremely light tight and made of low fluorescent background materials. The equipment must come with the standard industry warranty and training. Delivery must be within 60 days of the receipt of the order. The Government intends to make the award to the responsible offeror whose offer is most advantageous to the Government based on pricing, warranty, training and technical capability to meet the required specifications. These items are to be delivered to the National Institutes of Health, National Institute of Allergy and Infectious Diseases, Bethesda, Maryland via FOB Origin. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a small business concern. The North American Industry Classification System (NAICS) code for the acquisition is 541710 and the small business size standard is 500. The necessary items are commercial as defined in FAR Part 12. FAR provisions and clauses that apply to this acquisition are FAR 52.212-1, Instructions to Offerors - Commercial; FAR 52.212-3, FAR Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contractor Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Offerors must include with their offer a completed copy of the provisions of FAR 52.212-3, Offerors Representations and Certifications - Commercial Items. All responsible sources may submit an offer that will be considered by this agency. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the Central Contractor Registration (CCR) database prior to award, during performance and through final payment of any contract, basic agreement, basic ordering agreement, or Blank Purchasing agreement resulting from this solicitation. Interested parties may identify their interest and capability to respond to the requirement or submit a quote. The statement of capabilities and any other furnished information must be in writing and must contain material in sufficient detail to allow NIAID to determine if the party can perform this requirement. Quotes and capability statements must be received in the contracting office by 4:00 PM Eastern Daylight Time (EDT) September 27, 2004. If you have any questions they must be submitted in writing to Tawana Parker, Purchasing Agent, at tparker@niaid.nih.gov <mailto:tparker@niaid.nih.gov> or by fax (301) 480-3695. For delivery through postal service the address is NIH/NIAID/AMOB, 10401 Fernwood Road, Suite 2NE70, Room/2NE70G, MSC/4812, Bethesda, Maryland 20817-4812.
 
Place of Performance
Address: National Institutes of Health,, Bethesda, Maryland
Zip Code: 20892
Country: USA
 
Record
SN00675697-W 20040919/040917211642 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.