Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2009 FBO #2842
SOLICITATION NOTICE

66 -- RECOVERY-Small Animal Retinal Imaging Microscope

Notice Date
9/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, 5th Floor, Rockville, Maryland, 20852-3804, United States
 
ZIP Code
20852-3804
 
Solicitation Number
NIHOD2009154
 
Archive Date
10/5/2009
 
Point of Contact
Zedekiah J Worsham, Phone: 301-594-3560, Foteni - Tiffany, Phone: 301-402-3079
 
E-Mail Address
worshamz@od.nih.gov, tiffanyf@od.nih.gov
(worshamz@od.nih.gov, tiffanyf@od.nih.gov)
 
Small Business Set-Aside
N/A
 
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. This requirement is full and open to all vendors and is funded by RECOVERY ACT funds. The NAICS code for this requirement is 333314 with a size standard of 500 employees. The solicitation number for this Request for Quote is NIHOD2009154 and is for a Micron II Small Animal Retinal Imaging Microscope (or equal) for the National Eye Institute. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. The Retinal Imaging Microscope shall include but not be limited to the following: 1.Shall include a Windows XP PC System with StreamPix software and USB keyboard with the following characteristics or better: a.LCD monitor with 1,000 to 1 dynamic range. b.A 64 bit computer capturing XGA images at 30 frames per second at 24 bit resolution. c.Equipped with the Norpix video handling code providing means for image capture and extraction in various formats or equal. d.Custom frame grabber card that is robust and adequate for the image capture rate of 30 frames per second. 2. Shall include light source that provides power levels for fluorescent imaging with the following characteristics or better: a.Produces adequate light levels across the visible spectrum to allow short exposures to freeze animal motion. b.Features long life Xenon lamp or equal. 3. Shall include nanopositioning Camera System with the following characteristics or better: a.Interchangeable objective and light protection optics for mice and rats. b.Means for insertion of custom precision optical filters in both the illumination and reception paths. c.Filters for fluorescein, GFP, and YFP are included. d.High resolution 3CCD (three chip CCD) with 1000 to 1 dynamic range and 30 frames per second output at XGA resolution. e.Capturing XGA images at 30 frames per second real-time display and 24 bit digital recording. f.Shall be capable of 5 micron resolution. 4.Delivery The government requires delivery to be made within 4 months from the date the contractor receives an order. The government will evaluate, as regards to time of delivery, quotes that propose delivery within the applicable delivery period specified above. Vendors that quote delivery that will not clearly fall within the applicable required delivery period specified above may be considered. The Government reserves the right to award either the required delivery schedule or the quoted delivery schedule. If the offeror quotes no other delivery schedule, the required schedule above will apply. Delivery shall be made to: 9000 Rockville Pike Building 6, Room 202 National Institutes of Health Bethesda, MD 20892 6.Contractor shall provide installation and training. (Yes, this microscope will require installation and training). 7.Shall include shipping and handling, transport insurance, and customs charges if applicable in the price to avoid having to pay this as a separate line item. American Recovery and Reinvestment Act-Reporting Requirements This order requires the Contractor to provide products and/or services that are funded by the American Recovery and Reinvestment Act of 2009 (Recovery Act). Section 1512(c) of the Recovery Act requires the contractor to report on its use of Recovery Act funds under this order. The Contractor shall report the information required by FAR 52.204-11(d), w, using the online reporting tool available at http://www.FederalReporting.gov. All work funded, in whole or in part, by the Recovery Act, and for which an invoice is submitted prior to September 30, 2009, shall be reported cumulatively and submitted on October 10, 2009. After September 30, 2009, reports are due no later than the 10th day after the end of each calendar quarter. These reports will be made available to the public. The provision at FAR 52.212-1, Instructions to Offerors—Commercial (June 2008), applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: •Ability to meet the above specifications (including delivery schedule) •Past Performance •Price The quoter is to provide a completed copy of the provision at FAR 52.212-3 with its quote. This provision may be found at www.arnet.gov/far/loadmainre.html. The clauses located at FAR 52.212-4-Contract Terms and Conditions-Commercial Items (Mar 2009) and FAR 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2009) applies to this acquisition. Specific clauses from FAR 52.212-5 include: 1.52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (MAR 2009) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) 2.52.204-11, American Recovery and Reinvestment Act—Reporting Requirements (Mar 2009) (Pub. L. 111-5) 3.52.222-3, Convict Labor (June 2003) (E.O. 11755). 4.52.222-19, Child Labor—Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). 5.52.222-21, Prohibition of Segregated Facilities (Feb 1999). 6.52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 7.52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 8.52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). (ii) Alternate I (Jan 2004) of 52.225-3. 9.52.225-13, 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). 10.52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332) 11.52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a) Quote Instructions: The quoter must submit the following the contracting officer: 1.Literature of Quoted product to include specifications 2.Three past performance references to include: Point of contact name, contact email address, phone number, and fax number, date of order, description of order, and price of order. 3.Delivery Schedule -within four months of order award 4.Price of: (a) Micron II or equivalent (see above description of product), (b) Delivery, (c) Installation (d) Training. If the price of the requested item (Micron II) includes (b),(c), and/or (d) please state in your quote. The two copies of the quote is due by September 18 at 3PM EST to the contracting officer at: National Institutes of Health Office of Acquisitions OLAO Attn: Zedekiah J. Worsham 6011 Executive Blvd., Room 541E Rockville, MD 20852-7663 Questions and comments about this solicitation can be made to the contracting officer, Mr. Zedekiah J. Worsham, at worshamz@od.nih.gov or 301-594-3560. Invoice and Payment Provisions The following clause is applicable to all Purchase Orders, Task or Delivery Orders, and Blanket Purchase Agreement (BPA) Calls: Prompt Payment (Oct 2008) FAR 52.232-25. Highlights of this clause and NIH implementation requirements follow: I.Invoice Requirements A.An invoice is the Contractor's bill or written request for payment under the contract for supplies delivered or services performed. A proper invoice is an "Original" which must include the items listed in subdivisions 1 through 12, below, in addition to the requirements of FAR 32.9. If the invoice does not comply with these requirements, the Contractor will be notified of the defect within 7 days after the date the designated billing office received the invoice (3 days for meat, meat food products, or fish, and 5 days for perishable agricultural commodities, dairy products, edible fats or oils) with a statement of the reasons why it is not a proper invoice. (See exceptions under II., below.) Untimely notification will be taken into account in the computation of any interest penalty owed the Contractor. 1.Vendor/Contractor: Name, Address, Point of Contact for the invoice (Name, title, telephone number, e-mail and mailing address of point of contact). 2.Remit-to address (Name and complete mailing address to send payment). 3.Remittance name must match exactly with name on original order/contract. If the Remittance name differs from the Legal Business Name, then both names must appear on the invoice. 4.Invoice date. 5.Unique invoice #s for all invoices per vendor regardless of site. 6.NBS document number formats must be included for awards created in the NBS: Contract Number; Purchase Order Number; Task or Delivery Order Number and Source Award Number (e.g., Indefinite Delivery Contract number; General Services Administration number); or, BPA Call Number and BPA Parent Award Number. 7.Data Universal Numbering System (DUNS) or DUNS + 4 as registered in the Central Contractor Registration (CCR). 8.Invoices submitted for payment against awards made on or after June 4, 2007, must include the contractor’s DUNS number and Federal Taxpayer Identification Number (TIN). In those exceptional cases where a contractor does not have a DUNS number or TIN, a Vendor Identification Number (VIN) must be referenced on the invoice. The VIN is the number that appears after the contractor’s name on the face page of the award document. 9.Identify that payment is to be made using a three-way match. 10.Description of supplies/services that match the description on the award, by line billed.* 11.Freight or delivery charge must be billed as shown on the award. If it is included in the item price do not bill it separately. If identified in the award as a separate line item, it must be billed separately. 12.Quantity, Unit of Measure, Unit Price, Extended Price of supplies delivered or services performed, as applicable, and that match the line items specified in the award.* * NOTE: If your invoice must differ from the line items on the award, please contact the Contracting Officer before submitting the invoice. A modification to the order or contract may be needed before the invoice can be submitted and paid. B.Shipping costs will be reimbursed only if authorized by the Contract/Purchase Order. If authorized, shipping costs must be itemized. Where shipping costs exceed $100, the invoice must be supported by a bill of lading or a paid carrier's receipt. C.Mail an original and one copy of the itemized invoice to: National Institutes of Health Office of Financial Management, Commercial Accounts 2115 East Jefferson Street, Room 4B-432, MSC 8500 Bethesda, MD 20892-8500 For inquiries regarding payment call: (301) 496-6088 In order to facilitate the prompt payment of invoices, it is recommended that the vendor submit a photocopy of the invoice to the “Consignee” designated for the acquisition in blocks 6A – 6E of the face page of the Order/Award document. II.Invoice Payment A.Except as indicated in paragraph B., below, the due date for making invoice payments by the designated payment office shall be the later of the following two events: 1.The 30th day after the designated billing office has received a proper invoice. 2.The 30th day after Government acceptance of supplies delivered or services performed. B.The due date for making invoice payments for meat and meat food products, perishable agricultural commodities, dairy products, and edible fats or oils, shall be in accordance with the Prompt Payment Act, as amended. III.Interest Penalties A.An interest penalty shall be paid automatically, if payment is not made by the due date and the conditions listed below are met, if applicable. 1.A proper invoice was received by the designated billing office. 2.A receiving report or other Government documentation authorizing payment was processed and there was no disagreement over quantity, quality, or contractor compliance with an term or condition. 3.In the case of a final invoice for any balance of funds due the contractor for supplies delivered or services performed, the amount was not subject to further settlement actions between the Government and the Contractor. B.Determination of interest and penalties due will be made in accordance with the provisions of the Prompt Payment Act, as amended, the Contract Disputes Act, and regulations issued by the Office of Management and Budget.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OoA/NIHOD2009154/listing.html)
 
Place of Performance
Address: At Vendor's location, United States
 
Record
SN01940978-W 20090905/090904002854-760864a332216c878d276357b3b7016a (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.