MODIFICATION
66 -- Instruments and laboratory equipment
- Notice Date
- 8/10/2006
- Notice Type
- Modification
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, MD, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- NHLBI-PB-(HL)-2006--259-DDC
- Response Due
- 8/14/2006
- Archive Date
- 8/29/2006
- Point of Contact
- Deborah Coulter, Contract Specialist, Phone (301) 435-0368, Fax (301) 480-3345, - Debra Hawkins, Chief, Procurement Branch, Phone (301) 435-0367, Fax (301) 480-3345,
- E-Mail Address
-
dc143b@nih.gov, dh41g@nih.gov
- Description
- THE SOLICITATION NUMBER NHLBI-PB-(HL)-2006-259-DDC WAS PREVIOUSLY ADVERTISED AS A SOLE SOURCE REQUIREMENT. THE REQUIREMENT IS MODIFIED AS A COMBINED SYNOPSIS/SOLICITATION BRAND NAME. 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 solicitation will not be issued. The solicitation number is NHLBI-PB(Hl)-2006-259-DDC, and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 05-10. The North American Industry Classification System (NAICS) is 334516, and size standard 500 employees are used for this requirement. There are no small business set-aside restrictions for this requirement. This acquisition is being conducted under simplified acquisition procedures in accordance with the provisions of FAR Part 13. The National Heart, Lung, and Blood Institute (NHLBI) Consolidated Operations Acquisition Centers (COAC), intends to purchase an Opelco Elements Corporation brand name Olympus Fluoview Microscope system. The items to be purchase are: FV1000 Laser Scanning Confocal Microscope - IX81, quantity two (2) each. One system is being purchased for NHLBI and the other is being purchased for National Institute of Dental and Craniofacial Research (NIDCR). Separate quotations are to be prepared for each system. The system consists of the following specifications: 1) Product #F10CFIMPY, FV1000 Filter core set, !X81, AOTF-458/488/515/561nm, quantity one each, 2) Product #F10ZDETX3CH, FV1000 3CH Signal input card, quantity one each, 3) Product #F10PCSWA2, FV1000 Computer and Premium software set, quantity one each, 4) Product #OEC-LCD20FV, 20" LCD flat panel monitor for fluoview, quantity two each, 5) Product #F10MIR2, FV1000 1X81Microscope set with right handle stage, quantity one each, 6) Product #FMU-M630, U-MWBV2(F); Wide BV cube, EX400-40, dm455, EM475, quantity one each, 7) Product #FMU-M6553, UMNIBA3(F); Narrow if blue cube, EX470-90, DM505, EM510-50BP, 8) Product #FMU-6653, U-MWIG3(F); Wide if green cube, EX520-50, DM565, EM580IF, quantity one each 9) Product #FM1-U2B823, UPLSAPO10X(F);U PLAN S-APO 10X OBJ, NA 0.4 WD 3.1mm, quantity one each, 10) Product #1-UB965G, XLUMPLFL20XWCG-SP;XLUMPLFL 20X W OBJ, NAO.95 WD2mm, CGO.17mm, quantity one each, 11) Product #FM1-U2B933, PLAYON60X0(F):Plan APO 60X Oil OBJ, NA 1.42 WD0.15mm, one each, 12) Product #FM6-U261, IX2-LWUCDA2(F);6-POS Motorized IX condenser, NA 0.55,WD 27mm, quantity 1 each, 13) Product #FMU-P106, U-DUCTS(F) Transmitted DIC Prism slider shift type, quantity one each, 14)Product #FMU-M6061, IX2-MDICT(F) Analyzer Cube for DIC with IX2-RFACA, quantity one each, 15) Product #FMU-P230, IX-LWPO(F) Polarized for IX-LWUCD, quantity one each, 16) Product #FMU2-CD411, IX2-DIC10(F) NOMARSKI PRISM for 10XOBJ, 30mm IX2-LWUDC, quantity one each, 17) Product #FMU2-CD416, IX2-DIC60(F) NOMARSKI PRISM for 60X OBJ, 38mm 1X2-LWUCD, quantity one each, 18)Product #FMZ-81012, Immersion Oil-l(F) New Immers Oil 50cc Bottel N=1.516, NON-FL, quantity one each, 19)Product #PR-500H117E2IX, Stage with 2mm screw, 0.1um Encoders for IX71, quantity one each, 20)Product #PR-500-H30XYE, Controller with XY Drives Encoder feedback connectors, quantity one each, 21) Product #PR-500-CS152V2, Joystick Control Unit for XY System, quantity one each, 22) Product #PR-500-H224R, Slide Holder Recessed Hold One 1x3 Inch Slide, quantity one, 23) Product #PR-500-H229, PETRI Dish Holder Variable Diameter from 25mm to 86mm, quantity one each, 24) Product #1-U2BB93, UP;SA[P60XW, U Plan S-APO-60X Water OBJ, NA 1.2 WD 0.28mm, CC (item on GSA), quantity one each, 25) Product #U-N41008, 41008, FL-CUBE CY5, EX620, BS660, EM700 (item on GSA), quantity one each, 26)Product #U-1822, IX2-TVRAC MOYOTIXED Bottom Port Unit W/C mount 1X71/81, quantity one each. The Government?s desired delivery schedule is 15 - 90 days after receipt of order at the National Institute of Health, Building 10 Room 6N-309, attn: Dr. Chris Combs, 9000 Rockville Pike, Bethesda, Maryland 20892. System for NIDCR consists of the following specifications: Product #F10CFIMPYR, FV1000 Filter Core set, 1X81, AOTF-458/488/515/561/633nm, quantity one 2) Product # F10ZDETX3CH, FV1000 3CH signal input card, quantity one each 3) Product #FV1000, computer and premium software set, quantity one each 4) Product #OEC-LCCD20FV, 20" LCD Flat Panel Monitor for Fluoview, quantity two each 5) Product #F10MIR2, FV1000 IX81 Microscope set, w/right handle stage, quantity one, 6) Product # FMU-M630, U-MWBV2(F); Wide BV Cube, EX400-40, DM455, EM475, quantity one each, 7)Product #FMU-M6553, U-MINIBA3(F); Narrow IF Blue Cube, EX470-90, DM505, EM510-50BP, quantity one each, 8) Product #FMU-M6653, U-MWIG3(F); Wide IF Green Cube, EX520-50, DM565, EM580IF, quantity one each, 9) Product #bi?6-319-2, fcs2 starter set includes FCS2 chamber, Chamber Controller, 5 MICROAQUEDUCT Slides, 40mm coverslips (50), gasket set (30 set), quantity one each, 10)Product # FM1-U2B933, PLAPON60X0(F); Plan APO 60X Oil OBJ, NA 1.42 WD 0.5mm, quantity one each, 11)Product #FM6-U261, 1X2 LWUCDA2(F); 6-POS Motorized IX Condenser, NA 0.55, WD 27mm, quantity one each, 12) Product # FMU-P106, U-DICTS(F); Transmitted DIC PRISM Slider, shift type, quantity one 13) Product #FMU-M6061, 1X2-MDICT (F); Analyzer Cube for DIC WITH 1X2-RFACA, quantity one each, 14) Product #FMU-P230, IX-LWPO(F); Polarizer for IX-LWUCD, quantity one each, 15)FMU2-CD416, IX2-DIC60(F); NOMARSKI PRISM for 60X OBJ, 38mm, IX2-LWUCD, quantity one each, 16) Product #FMZ-81012, Immersion Oil-L(F); New IMMEWRS, Oil 500cc bottles, N=1.516, NON-FL, quantity one each, 17) Product #TM-78-249-11R, Cleantop II Breadboard, 48X60", 4" thick, 25,, -M6, Laser Portion-FL, quantity one each, 18)Product #TM-14-42H-39, 4-Post System, Gimbal Piston Isolator w/casters, 48"X60", quantity one each, 19) Product #B1-0603192-1415,, Nikon, Olympus, Deltavision round adapter, quantity one each 20) Product #B1-150803, Objective Heater Controller, quantity one each, 21) Product #B1-150815, Objective Heater, Medium (24-32mm), quantity one each, 22) Product #BI-401313-0319, 40mm Coverslips (250/pg), quantity one each, 23) Product #BI-060319131616, FCS2 Micro-Perfusion Pump, quantity one each, 24) Product #BI-2020822, C-Flex Tubing, quantity one each. The Government?s desired delivery date is 15-90 days after receipt of order at the National Institute of Health, Building 30 Loading Dock, 9000 Rockville Pike, attn: Gregg Patton, Bethesda, Maryland 20892. The brand name determination is based on the fact the purchase is a replacement of an outdated microscope which is no longer is supported by the manufacture. This new system will provide advance hardware and software upgrade which will allow the labs to conduct their ongoing experiments without interruption due to malfunctions of software or hardware. The system is also compatible with existing components with other laboratories within NIH. The determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct future competitive procurement. The provisions of FAR Clause 52.212-1, Instructions to Offeror-Commercial Items, apply to this acquisition. The provisions of FAR Clause 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The evaluation procedure is based upon the technical specifications of the required products and delivery period in this synopsis. The award will be made to the lowest price, technically acceptable quote meeting the Government?s requirements. The offerors must submit written descriptive literature of the product in their proposal, an itemized price list and warranties of the product quoted. The Government intends to evaluate offerors and award a contract without discussions with Offerors. Therefore, the initial offer should contain the offerors best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action and waive informalities and minor irregularities in offers received. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The addenda to the clause read as follows: The offeror must include in their quotation, the unit price, the list price, Installation, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The Offeror must also be registered in the Government Contractor Registry System, available at http://WWW.ccr.gov. The FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions, applies to this acquisition. The clauses are available in full text at http://WWW.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit two (2) printed copies of a quotation to the below address or an electronic copy to coulterd@nhlbi.nih.gov. The quotation must reference solicitation number NHLBI-PB(HL)-2006-259-DDC. The Government intends to award a contract by August 14, 2006, 8:30 a.m. E.T. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Heart, Lung and Blood Institute, Consolidated Operations Acquisition Center, Procurement Branch, 6701 Rockledge Drive, Suite 6042, Bethesda, Maryland 20814-7902, Attention: Mrs. Deborah Coulter. Fax quotations will only be accepted if dated and signed by an authorized company representative.
- Place of Performance
- Address: BETHESDA, MARYLAND
- Zip Code: 20892-7902
- Country: UNITED STATES
- Zip Code: 20892-7902
- Record
- SN01111285-W 20060812/060810220408 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |