SOLICITATION NOTICE
66 -- NIKON CONFOCAL MICROSCOPE UPGRADE
- Notice Date
- 7/20/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, Maryland, 20817
- ZIP Code
- 20817
- Solicitation Number
- NOI-RML-11034
- Archive Date
- 8/25/2011
- Point of Contact
- Kathy Kuharski, Phone: 4063639438, Lynda Kieres, Phone: 406-363-9210
- E-Mail Address
-
kathy.kuharski@nih.gov, lkieres@niaid.nih.gov
(kathy.kuharski@nih.gov, lkieres@niaid.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This notice is a combined synopsis/solicitation, Notice of Intent. The Government intends to negotiate on a sole source basis with Nikon Instruments, Inc. for an upgrade to the laser launch system for a Nikon microscope system, in accordance with the format in Subpart 12.6, in conjunction with FAR 13.5, as applicable, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are not being requested and a written solicitation will not be issued. This acquisition is being issued as a Notice of Intent (NOI-RML-8032). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 1 dated 07/05/2011. This acquisition will be processed under FAR Part 12 - Acquisition of Commercial Items and is not a Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this procurement is 333314 and the small business size is 500. The upgrade to the laser system must contain the following: 6-line all-diode laser launch with diode lasers at 405, 440, 488, 515, 561, and 640 nm wavelengths. Our system requires at least 20-50 mW output for all lines, each as measured from the vendor-supplied, high-quality fiber optic cables (i.e. actual output delivered to the confocal scan head after the fiber). The launch must be a two-optical fiber output launch with software driven galvo switching to allow for simple, rapid transition between fibers to accommodate switching between experiments requiring confocal vs. TIRF illumination. Beam alignment must be stable, requiring essentially no re-aligning over the course of years and resistant to physical jarring it will frequently encounter at our facility. Power at each wavelength, microsecond switching, and wavelength combining must be controlled by NIS-Elements software and the existing SFC controller devices to allow complete, seamless integration into the operation of our existing SFC microscope system. The system must also be capable of triggering by external TTL and serial input signals and emitting output TTL trigger signals to external devices. Finally, the launch should be expandable to add additional laser lines at a later date if necessary. Vendor must be an authorized Nikon dealer and be authorized by Nikon to perform on-site warranty work, installation and maintenance on this system. FOB point shall be Destination, Hamilton, MT. Inside delivery shall be not more than 90 days after receipt of order. Delivery location is Rocky Mountain Laboratories, 903 S 4th St, Hamilton, MT 59840. The following FAR provisions and clauses apply to this acquisition: (B)(1) By submission of an offer, the offeror 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 contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation; 52.212-1 Instructions to Offerors Commercial Items; FAR52.212-2 Evaluation Commercial Items; FAR52.212-4 Contract Terms and Conditions Commercial Items; FAR52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall have posted their FAR 52.212-3 Offerors Representations and Certifications Commercial Items at website http://orca.bpn.gov. Award will be based on: 1) the capability of the item offered to meet the above stated salient characteristics; 2) Warranty, and 3) Best Value. Warranty information to include period and coverage shall be stated. Offers may be mailed to Kathy Kuharski at Rocky Mountain Laboratories, 903 S 4th St, Hamilton, MT 59840, faxed to the POC indicated above (fax # 406-363-9288), or e-mailed (Kathy.Kuharski@nih.gov) offers must be submitted not later than 4:30pm (MDST), 08/04/2011. Copies of the above-referenced clauses are available from http://www.arnet/gov/far/current/heml/52_ 000_107.html or upon request either by telephone or fax. All responsible sources may submit an offer that will be considered by this Agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NOI-RML-11034/listing.html)
- Place of Performance
- Address: 903 S. 4TH ST, HAMILTON, Montana, 59840, United States
- Zip Code: 59840
- Zip Code: 59840
- Record
- SN02505341-W 20110722/110721004244-3aa7904ffd504540ff446ef7dd196f1a (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 |