Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2009 FBO #2733
MODIFICATION

66 -- Brand Name or Equal to Nikon Microscope Upgrade

Notice Date
5/19/2009
 
Notice Type
Modification/Amendment
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Region Acquisition Division, 325 Broadway - MC3, Boulder, Colorado, 80305-3328
 
ZIP Code
80305-3328
 
Solicitation Number
RA1341-09-RQ-0547
 
Archive Date
5/22/2009
 
Point of Contact
DianaRomero, Phone: 303-497-3761
 
E-Mail Address
diana.romero@noaa.gov
(diana.romero@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION Upgrade to TE2000-S Microscope (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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number RA1341-09-RQ-0547. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. (IV) This solicitation is total small business set aside. The associated NAICS code is 333315. The small business size standard is 500 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s)/services: CLIN NO. 0001 - Brand Name or Equal to Nikon Product # MEF55035 Hub B Controller CLIN NO. 0002 - Brand Name or Equal to Nikon Product # MEF51020 AC adapter for Hub B CLIN NO. 0003 - Brand Name or Equal to Nikon Product # 79035 Power cord CLIN NO. 0004 - Brand Name or Equal to Nikon Product # MEV51110 Motorized EPI-Fluorescence Turret CLIN NO. 0005 - Brand Name or Equal to Nikon Product # MED53200 Stage up kit CLIN NO. 0006 - Brand Name or Equal to Nikon Product # 99888 Remote focus accessory CLIN NO. 0007 - Brand Name or Equal to Nikon Product # 99882 RFA Mount for TE2000 CLIN NO. 0008 - Brand Name or Equal to Photometrics Product # ES2, Monochrome CCD Camera CLIN NO. 0009 - Brand Name or Equal to Nikon Direct Projection CCTV Adapter (1X - No Glass) CLIN NO. 0010 - Brand Name or Equal to Metamorph "Basic" Imaging System CLIN NO. 0011 - Brand Name or Equal to Metamorph Driver option for Photometrics camera CLIN NO. 0012 - Brand Name or Equal to Metamorph Illumination option for Turret/ExFo control CLIN NO. 0013 - Brand Name or Equal to Metamorph Driver option for Z motor CLIN NO. 0014 - Brand Name or Equal to Metamorph MDA Acquisition/Viewer Module CLIN NO. 0015 - On-site set up and installation CLIN NO. 0016 - On Site Training CLIN NO. 0017 - On Line System Support and Journaling, WEBEX (VI) Description of requirements is as follows: Salient Characteristics: A. Cooled monochrome digital camera suitable for low signal conditions Brand Name or Equal to Photometrics ES2 Monochrome Camera Brand Name or Equal to Nikon Direct Projection Adaptor (1X) B. Automated filter wheel to select excitation/emission filters Brand Name or Equal to Nikon HUB B Controller, Adaptor, Power Cord Brand Name or Equal to Nikon Motorized Epi-Fluorescence Turret Brand Name or Equal to Nikon Stage Up Modification Kit C. Motorized focus control (z axis) with 0.1 micron step size Brand Name or Equal to Nikon Remote Focus Accessory Brand Name or Equal to Nikon RFA Mount for TE2000 D. Shutter control to minimize exposure of sample to excitation light EXFO X-cite Shutter (existing equipment) E. Software Brand Name or Equal to Metamorph Basic Imaging System Brand Name or Equal to Metamorph Driver Option for Photometrics Brand Name or Equal to Metamorph Illumination Option for Turret/Exfo Control Brand Name or Equal to Metamorph Driver Option for Z Motor Brand Name or Equal to Metamorph Multi-Dimensional Acquistion/Viewer F. Miscellaneous On-site set up and installation On-site training On Line System Support and Journaling, WEBEX Information of Existing Equipment Main application is imaging neural cells (neurons + glial cells) and nanoparticles in 3D hydrogel matrices fixed for IHC/ICC. The following fluorophores are used: a) DAPI / Hoechst / AlexaFluor350 b) FITC / AlexaFluor488 c) Texas Red / AlexaFluor594 d) Cy5 / AlexaFluor647 -- not currently using but interested in adding a fourth color. The Government has individual filter sets for all of these (ex, dichroic, em). e) The quantum dots fluoresce at 565 nm. The microscope is a Nikon Eclipse TE2000-S and the illumination is from an EXFO X-Cite lamp. The existing camera (Colorview) takes ~ 5s to acquire images, which is adequate, with FITC or Texas Red. (VII) Required delivery 60 days ARO. Place of delivery is 325 Broadway, Bldg. 22, Boulder, CO 80305-3328. Delivery shall be FOB Destination. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun 2008), applies to this acquisition. In addition to written price quotes, offers are instructed to provide the brand name of an "equal" product, including manufacturer and model no. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Award will be made based to the Contractor whose quote offers the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Compatibility, 2) Delivery, 3) Warranty, 4) Past Performance and 5) Price. 1) Technical Capability - the RFQ shall address all the salient characteristic outlined above and shall provide indication of product offered meets or exceeds requirements. 2) Delivery - the RFQ shall state delivery time. 3) Warranty -the RFQ shall indicate the term of the warrant, if any apply. 4) Past Performance - the RFQ shall include no fewer than two (2) references, including address, phone number, and point of contact, from users who recently been sold equivalent of the proposed items. Past performance will be evaluated in terms of quality, timeliness, and customer satisfaction. 5) Price (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Feb 2009), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (APR 2009) applies to this acquisition. The following clauses under subparagraph (b) apply: (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (31) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (32)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Feb 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: None in this subparagraph apply. (XIII) The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http:www.arnet.gov (End of clause) The following additional terms and conditions apply: 52.214-34 Submission of Offers in the English Language (Apr 1991) 52.214-35 Submission of Offers in U.S. Currency (Apr 1991) 52.211-6 Brand Name or Equal (Aug 1999) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) The Government intends to award a firm-fixed-price type order on an all or none basis resulting from this solicitation. Quotes are required to be received in the contracting office no later than 12:00 P.M. MST/MDT on May 21, 2009. All quotes must be faxed or emailed to the attention of Diana Romero. The fax number is (303) 497-3163 and E-mail address is Diana.Romero@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Diana Romero, 303-497-3761, Diana.Romero@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/RA1341-09-RQ-0547/listing.html)
 
Place of Performance
Address: 325 Broadway, Boulder, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN01822927-W 20090521/090520002557-e9e77dedf1d3fc92e7a5db5149a9f8ff (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 |
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.