Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2009 FBO #2832
SOLICITATION NOTICE

66 -- 1061330 Confocal Microscope

Notice Date
8/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
1061330
 
Point of Contact
Jacqueline Richardson,
 
E-Mail Address
jacqueline.richardson@fda.hhs.gov
(jacqueline.richardson@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
REQ1061330 The Food and Drug Administration (FDA) is seeking Full and Open Competition for vendors that can provide quotes/proposals. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, simplified acquisition procedures and the resultant of firm fixed price purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-32. This award will be made in accordance with FAR Part 13, Simplified Acquisition Procedures. NAICS CODE 333314 EQUIPMENT: Confocal Microscope QTY 1 Technical Specifications: In order to perform these functions, the system shall have the following capabilities: 1. Inverted microscope with definite focus module and objectives ranging from 5X – 100X oil 2. Motorized stage with XY scan and environmental chambers to control temperature, carbon dioxide levels, and humidity. 3. Transmitted light illumination and epifluorescence illumination. 4. Laser lines of 405, 458, 488, 513, 561, and 635 nm, including 100 mW 458/488/514 air laser compatible with TIRF (total internal reflection fluorescence) operation, with corresponding filters for wide range of fluorescent dyes and stains 5. Yokogawa spinning disk CSU-X1A 5000 unit 6. TIRF module and connectors 7. Software for acquisition and three dimensional measurement and analyses of all images, and 2 workstations (1 for image acquisition, 1 for analyses) 8. Dual camera capability, including EM-CCD camera of 512K x 512K and high resolution 1K x 1K camera 9. Anti-vibration table 10. On site installation and training for all interested users 11. In-depth training for 2 dedicated operators at manufacturer’s training facility Installation The vendor shall demonstrate upon installation that the instrument shall meet all performance specifications claimed in the bids. The instrument will not be accepted until those performance specifications have been met. Sufficient training shall be provided so that LBVB operators may independently operate the instrument. Training The vendor shall include on-site multiple day training for up to two operators after the instrument has been accepted, and LBVB operators have become familiar with the system. Delivery: The contractor shall deliver 60 days after receipt of order. CCR: Vendor must be registered in the Central Contractor Register (CCR) prior to the award of the contract. You may register by going to www.ccr.gov. You will need to your Tax ID, Duns Number, Bradstreet number and banking information. QUESTIONS DEADLINE: All questions are to be submitted via email to Jacqueline.Richardson@fda.hhs.gov no later August 28, 2009, 4:30 pm EST. QUOTATIONS DUE: All quotations are due to: Jacqueline.Richardson@fda.hhs.gov than 4:30 pm, EST on September 7, 2009. PROVISIONS and CLAUSES: The provision Subpart 39.201-Electronic and Information Technology (a) This subpart implements Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), and the Architectural and Transportation Barriers Compliance Board Electronic and Information Technology (EIT) Accessibility Standards (36 CFR Part 1194); (b) Further information on Section 508 is available via the internet at http://www.section508.gov. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The following agenda has been attached to this provision: None. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The following agenda has been attached to the clause: None. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.217-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.232-33, FAR 52.246-9 and FAR 52.246-18. Clauses and provisions are incorporated by reference and apply to this acquisition. Responses to this notice shall be sent via email to Jacqueline.Richardson@fda.hhs.gov. Telephone calls will not be accepted. Evaluation Factors The evaluation factors used for this solicitation shall be the offeror’s ability to meet the technical specifications. Factor 1 Technical Requirements: The major factor considered shall be that the instrument meets the technical requirements. Factor 2 Price: The vendor shall provide a price in accordance with the requirements of the technical specifications. The proposed price shall include the standard manufacturer’s warranty for one year. Evaluation for Award: Award will be made to the party whose quote offers the best value to the Government, technical, price, and other factors considered. The Government may award this purchase order to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1) Technical and 2) Price. Technical is significantly more important than price. The FDA intends to make an award immediately after the response date of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1061330/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01923193-W 20090826/090825000440-dee4fe9df4aae3dce82975bbcbe6289b (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.