Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2012 FBO #3933
SOLICITATION NOTICE

66 -- Revolution XD Confocal Imaging System

Notice Date
8/29/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-(HL)-2012-235-DDC
 
Archive Date
9/21/2012
 
Point of Contact
Deborah - Coulter, Phone: (301) 435-0368
 
E-Mail Address
dc143b@nih.gov
(dc143b@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
i. 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." ii. The solicitation number is NHLBI-CSB-(HL)-2012-235-DDC and the solicitation is issued as a request for quotation (RFQ). iii. The resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 2005-060. The total contracted dollar amount, including options will not exceed the simplified acquisition threshold. iv. The North American Industry Classification (NAICS) Code is 334516 and the business size standard is 500 employees. The market research conducted by the Government has determined that there are two small businesses with the capabilities to satisfy this requirement. Therefore, this is a small business set-aside requirement. This acquisition is being conducted in accordance with the procedures of FAR Part 12 Acquisition of Commercial Items. v. The COAC Services Branch, Officer of Acquisitions, DERA National Heart, Lung and Blood Institute (NHLBI) (NIH) has a requirement for the Cell biology and Physiology Center/Laboratory of Cell and Tissue Morphodynamics), The Division of Intramural Research (DIR) for the purchase of a Revolution XD Confocal Imaging System. vi. The statement of work as follows: BACKGROUND INFORMATION: The Cell Biology and Physiology Center studies mechanisms that regulate cellular function and physiology. It evaluates mechanisms that control different molecular machines within the cytosol, including those involved in muscle contraction and cytosolic and membrane transport processes. The Center studies cellular signaling events associated with hormone action, cytosolic trafficking, and energy metabolism; investigates the role of cellular processes on function and adaptation in whole animal model systems; and develops unique measuring devices for studying biochemical and physiological processes in intact cells, whole animals, and clinical situations. PURPOSE AND OBJECTIVES OF THE PROCUREMENT: In order to measure the dynamics of focal Adhesions in our studies, the Government requires a galvo scanning instrument, that will allow fluorescence recovery after photo-bleaching (FRAP) and Photoactivation (PA) that has a single laser input and is designed to deliver a diffraction limited spot from CW lasers in the wavelength range of 400- 800nm Statement of Work Specification for the Revolution XD Confocal Imaging System The following specifications are required for this requirement: Contractor shall provide an instrument with the following specifications: • Up to 6 solid state laser modules. • Up to 250 mW on some laser lines • 19" high stability environmental housing. • laser module noise <0.5% rms (20-10MHz). • laser module pointing stability <10 μrad/oC all lines • Integral AOTF with 400-650 nm operation, >85% transmission • Wavelength selection and intensity control (0-100%) with <2 μs switching time. • Active blanking for minimal specimen exposure. 2 us on-off time -50 dB • User defined AOI shapes (requires Andor camera with Fire signal) • 110v operation and no special environmental controls. • Integral single-mode polarization maintaining optical fiber coupler. • Dual galvo bleaching scanner with confocal grade galvo mirrors • Fully programmable bleach events (multiple user defined ROI, dwell time, power, and repeats) within imaging protocols • Interactive bleaching for ROI or spot bleaching of fast moving structures • Operates with all available lasers (up to 6) • No filter changes for fast operation • Optional upgrade of 2 or 3 Output Multi-port units for combined use with CSU Confocal, FRAPPA & TIRF using same lasers. • Can be installed in-line with other optical equipment or on any imaging port • Bypass capability with < 10ms switch time vii. The delivery date is 60 days after receipt of order, at the NIH facility. viii. FAR clause 52.212-1, Instructions to Offerors - Commercial Items, is applicable to this requirement and is incorporated by reference. ix. FAR Clause 52.212-2, Evaluation - Commercial Items, is applicable to this requirement. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer 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: Contract shall meet all of the requirements outlined in the Statement of Work. x. FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is applicable to this requirement, and is incorporated by reference. xi. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, is applicable to this requirement, and is incorporated by reference. xii. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items is applicable to this requirement, and the following clauses are incorporated by reference: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate 1 (OCT 1995); FAR 52-219-4, Notice of Price Evaluation Preference for HUBZONE SMALL Business Concerns (JUL 2005); FAR 52.219-8, Utilization of Small Business Concerns (MAY 2004); FAR 52.219-9, Small Business Subcontracting Plan (APR 2008); FAR 52.219-16, Liquidated Damages - Subcontracting Plan (JAN 1999); FAR 52.219-28 Post Award Small Business Program Representation (APR 2009); 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 (SEP 2006); FAR 52.22-36, Affirmative Action for Worker with Disabilities (JUN (1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veteran of the Vietnam Era, and Other Eligible Veterans (SEP 2006); FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2010); FAR 52.225-1, Buy American ACT - Supplies (FEB 2009); FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT2003); and FAR 52.204-7, Central Contractor Registration (APR2008). xiii. There are no Defense Priorities and Allocations System (DPAS) assigned rating is applicable to this requirement. xiv. Responses to this request for quotation are due on September 5 2012 by 8:00 a.m. local time. The award will be made based on the lowest priced technically acceptable quote meeting the Government's requirements. The Government intends to evaluate quotes and award a contract without discussions with the Offerors. Therefore, the initial quote should contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later it is determined by the Contracting Officer to be necessary. The Government may reject any or all quotes, waive informalities and minor irregularities in quotes received. The Offeror's quote must include an itemized price lists of charges, complete description of services, complete address for invoice payment and purchase order delivery, prompt payment discount terms, the Dun & Bradstreet Number (DUNS), the taxpayer Identification Number (TIN) and certification of business size of the company. The offeror must also register in the Government's Contractor Registry System. Note: www.ccr.gov. The responses must reference "Solicitation number" NHLBI-CSB-(HL)-2012-235-DDC. All responsible sources may submit a quote which if timely received shall be considered by the agency. Quotes must be submitted in writing to the COAC Services Branch, Office of Acquisitions, DERA, National, Heart, Lung and Blood Institute (NHLBI), 6701 Rockledge Drive, Suite 6042, Bethesda, MD 20892-7902, quotations will only be accepted if dated and signed by an authorized company representative. xvi. For additional information contact Deborah Coulter by email at address coulterd@nhlbi.nih.gov or by telephone at 301-435-0368. This is a small business set-aside requirement
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(HL)-2012-235-DDC/listing.html)
 
Place of Performance
Address: NIH, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02860434-W 20120831/120830000002-264fdc7043904831fd3eb97aff9d2073 (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.