Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2009 FBO #2895
SOLICITATION NOTICE

66 -- Laser Scanning Microscope (LSM)700URGS (405)or equal

Notice Date
10/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument 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
NIHOD2010174
 
Point of Contact
Maria Vant Hof, Phone: 301-443-8095
 
E-Mail Address
Vanthofmj@od.nih.gov
(Vanthofmj@od.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY - This procurement will be firm-fixed price and is funded in whole by the American Recovery and Reinvestment Act [ARRA] of 2009 and is subject to the reporting requirements of the Act. 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is NIHOD2010174 and is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This requirement is unrestricted and all interested vendors may submit a quotation. The National Institutes of Health (NIH) has a commercially available equipment requirement for a Carl Zeiss Microimaging, Inc. LSM 700 URGB (405), or equal. The Microscope system shall include the following or better: 1.Shall include an LSM 700 URGB (405) 2 channel laser scanning confocal microscope or better incorporating fixed gate main beam splitter and variable secondary dichroic beam splitter for spectrally resolved image series. 2.Shall include Axio Observer Z1 stand mot with the following or better: Axio Observer Z1 stand Mot, z-drive Operation Flat Left Imager/Observer, Nosepiece 6x H/DIC Mot M27 for Observer, Optovar Turret 3 position Mot, Mirror Insert VIS for BaseSlider for Vert200, Sideport 60N L/R 100 3 pos f/observer, Binoc Tube 45/23 for Axio Observer, Upgrade kit Axio Observer camera port, Vibraplate Axio Observer, Dust Cover for Vert100/135/200, and Physiology for ZEN 2009. 3.Shall include the following Fluorescence Equipment or better: FL/HD Light Train Man for Observer, Adjusting Aid HBO/XBO for Skop2+/Vert200, Shutter FL, Internal for Observer D1 Z1, Diaphragm Slider for Vert200 and Observer, Attenuator FL Man Discrete, Reflector Turret 6x Mot for Observer, Reflector Module FL EC P&C, FL Filter Set 49 DAPI, EX G365 S Free, FL Filter Set 43 CY 3 Shift Free, FL Filter Set 38 Endow GFP, Shift Free. 4.Shall include the following Transmitted Light Equipment or better: Illuminator Carrier Tilt Back for Observer Z1, Lamphousing 12V/100W with Collector, and Bulb HAL 12V/100W Rectangular Filament. 5.Shall include the following HBO Illuminator and accessories or better: Lamphousing HBO 100, Burner HBO 103 W/2, and Power Supply for HBO 100 Lamp. 6.Shall include the following Manual Stage or better: Mechanical Stage 130 X 85 R/L for Observer and Universal Mounting Frame K. 7.Shall include the following Optics or better: APO Calibration LSM M27 (alignment tool), EC Plan-Neofluar 10x/0.30 WD=5.2 M27, EC Plan-Neofluar 20x/0.50 WD=2 M27, EC Plan-Neofluar 40x/1.3 DIC WD=0.21 M27, Plan=Apochromat 63x/1.40 Oil DIC M27, Condenser LD 0.55 H/Ph 1/2/3/DIC, Eyepiece PL 10x/23 Br foc, and TFT Docking Station. 8.Shall Include Installation, 1 year warranty, onsite training, support hotline, and remote access support. 9.Must be compatible with existing Zeiss Optics which will be shared with existing Zeiss microscopes. 10. Must use Zen software compatible with Microsoft Vista operating system with Smart Set Up and Reuse functions. Delivery: The government anticipates delivery to be made within 90 days from the date the contractor receives award. The government will evaluate, as regards to time of delivery, offeror’s that propose delivery within the applicable delivery period specified above. Offeror’s that propose delivery that will not clearly fall within the applicable anticipated delivery period specified above will also be considered. The Government reserves the right to award either the anticipated delivery schedule or the proposed delivery schedule. If the offeror proposes no other delivery schedule, the anticipated schedule above will apply. Offeror’s Proposed Delivery Schedule: Within __________ days after receipt of award. The required upgrade will be obtained from the contractor that can provide the equipment in the manner that represents the best value for the Government needs. The NIH will evaluate the quality and feasibility of the proposals. The following will be considered, in order of importance, for the determination of the best value: 1) Technical - Show understanding and evidence of possessing the capabilities to implement the specifications as stated above in the combined synopsis/solicitation. 2) Past Experience - Submit names, organization and telephone numbers of at least three (3) current or previous customers for analogous equipment. Include the type of equipment provided and location where the equipment was installed for each current or previous customer. 3) Price - The price will be evaluated based on historical information, current commercially available information, and analysis of appropriate economic factors in the response. American Recovery and Reinvestment Act-Reporting Requirements: This purchase 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 purchase order. The contractor shall report the information required by FAR 52.204-11(d), which is incorporated by reference into this purchase order, 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. By submission of an offer, the quoter acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any purchase order resulting from this solicitation. The CCR website is located at www.ccr.gov The quoter must complete FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (AUG 2009) – with DUNS Number Addendum [52.204-6 (April 2008)]. The Offeror Representations and Certifications may be found at http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf The provisions and clauses applicable to and incorporated in this RFQ are those in effect through Federal Acquisition Circular 2005-36. The following FAR provisions and clauses apply to this acquisition: 52.204-7 Central Contractor Registration (Apr 2008); FAR 52.212-1, Instructions to Offerors—Commercial Items (JUN 2008); FAR 52.212-2, Evaluation—Commercial Items (JAN 1999); FAR 52.212-4, Contract Terms and Conditions—Commercial Items (MAR 2009); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (JUN 2009); as well as the following clauses cited therein: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995); FAR 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (MAR 2009); FAR 52.204-11, American Recovery and Reinvestment Act—Reporting Requirements (Mar 2009); FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005); FAR 52.219-8, Utilization of Small Business Concerns (May 2004); FAR 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009); FAR 52.222-3, Convict Labor (June 2003); FAR 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Aug 2009); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004); FAR 52.225-1, Buy American Act—Supplies (Feb 2009); FAR 52.225-13, Restrictions on Certain Foreign Purchases (June 2008); FAR 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002); FAR 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003). All responsible sources may submit a quotation that will be considered by the Agency. Three copies of the vendor’s quotation (including product literature) must be submitted no later than 2:00 PM Eastern Time on Wednesday, November 10, 2009. Quotations must reference solicitation NIHOD2010174. For delivery of responses through the Postal Service (including US Postal Service Express Mail) the address is National Institutes of Health, Office of Acquisitions, Attn: Maria Vant Hof, 6011 Executive Blvd., (MSC 7663) BETHESDA, MD 20892. For delivery of responses through courier, FedEx or UPS, the address is National Institutes of Health, Office of Acquisitions, Attn: Maria Vant Hof, 6011 Executive Blvd, Room 541B (MSC 7663), ROCKVILLE, MD 20852. E-mail and Fax submissions are not authorized. Requests for information concerning this requirement must be submitted in writing, and can be sent via e-mailed to Vanthofmj@od.nih.gov by Wednesday, November 10, 2009 at 2:00 PM Eastern Time. It is the vendor's responsibility to confirm receipt of all quotations and/or questions by the closing date of this announcement by contacting Maria Vant Hof at 301-443-8095 or via email at Vanthofmj@od.nih.gov. Collect calls will not be accepted. Contracting Office Address: 6011 Executive Blvd 5th Floor Rockville, Maryland 20852-3804 United States Primary Point of Contact.: Maria Vant Hof Vanthofmj@od.nih.gov Phone: 301-443-8095 Fax: 301-402-3407
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OoA/NIHOD2010174/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike Bldg 7 RM 134, Bethesda MD 20892, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01992303-W 20091028/091026234834-7bca48da6f854913b747ca675e5643ca (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.