Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2012 FBO #3948
SOLICITATION NOTICE

66 -- iXon EMCCD Camera

Notice Date
9/13/2012
 
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 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-(EB)-2012-325-JES
 
Archive Date
10/5/2012
 
Point of Contact
Jennifer Swift, Phone: 3014350358
 
E-Mail Address
swiftje@mail.nih.gov
(swiftje@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS / SOLICITATION (1)Action Code: Combined Synopsis/Solicitation (2)Date: September 13, 2012 (3)Year: 2012 (4)Contracting Office Zip Code: 20892-7902 (5)Classification Code: (6)Contracting Office Address: 6701 Rockledge Drive, Room 6129, Bethesda, MD (7)Subject/Title: iXon EMCCD Camera (8)Proposed Solicitation Number: NHLBI-CSB-(EB)-2012-325-JES (9)Closing Response Date: 9/20/12 (10)Contact Point(s): Jennifer Swift (11)Contract Award and Solicitation Number: TBD (12)Contract Award Dollar Amount: TBD (13)Contract Line Item Number(s): TBD (14)Contractor Award Date: 9/30/12 (15)Contractor Name: TBD (16)Description: iXon EMCCD Camera (17)Place of Delivery: NIBIB, 13 South Drive, Room 3E33, Bethesda, MD 20892 (18)Set-aside Status: Total small business set-aside THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR 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 DOCUMENT WILL NOT BE ISSUED. (ii)The solicitation number is NHLBI-CSB-(EB)-2012-325-JES. The solicitation is being issued as a Request for Proposals (RFP). (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. (iv)The associated North American Industrial Classification System (NAICS) code for this procurement is 333314 with a small business size standard of 500 employees. THIS REQUIREMENT IS 100% SET ASIDE FOR SMALL BUSINESS. This acquisition is being conducted in accordance with FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. (v)Contract Line Item Number 0001: Quantity (1) iXon EMCCD Camera Contract Line Item Number 0002: Quantity (1) Shipping and Handling (vi)Specifications: The EMCCD camera must follow the following specifications: 1.The camera must back-illuminated; 2.The EMCCD must have single photon detection capability combined with >90% quantum efficiency; 3.The camera must have a 512 x 512 array of ~16 x 16 µm pixels; 4.The camera must be capable of frame transfer to increase acquisition speed when necessary; 5.The camera must have the capability to air cool down to -85°C to reduce noise; 6.The camera must be capable of 50 frames/sec at full resolution and >500 frames at maximum; 7.The electron multiplication gain must capable of linear increases ≥1000 times; 8.The camera must be capable of auto-recalibration of the electron multiplication gain scale without return to the factory; 9.The image area must at least 8.2 x 8.2 mm; 10.The active area pixel well depth must be ≥160000 electrons; 11.The readout rate must be capable of ≥10 MHz, 12.The read noise < 1 electron at maximum gain up to 49 electrons at no gain at 10 MHz readout rate; 13.The analog to digital conversion must be ≥14-bit at ≥10MHz readout rate; 14.The vertical clock speed must be capable of 0.3 µsec; 15.The camera must have the options of internal and external triggering; 16.The dark current at ≤-85°C must be ≤0.001 e-/pix/sec; 17.The EMCCD amplified background events per pixel at -85°C and ≥1000 times gain must be ≤0.005, and; 18.USB interface is preferred. (vii)Delivery 4 weeks after award to NIBIB, 13 South Drive, Room 3E33, Bethesda, MD 20892 (viii)The FAR Provision 52.212-1, Instructions to Offerors - Commercial Item applies to this acquisition and is hereby incorporated by reference. All Federal Acquisition Regulation (FAR) clauses may be viewed at http://acquisition.gov/comp/far/index.html (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. Award shall be made to the lowest priced, technically acceptable offeror. The Government will evaluate proposals based on the following evaluation criteria: A) Technical Capability and B) Price. (x)In accordance with FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at www.sam.gov. If paragraph (j) of the provision applies, a written submission is required. (xi)FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition: (xii)FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, including the following subparagraphs, apply to this acquisition: 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (May 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, and 112-42). Alternate I (Mar 2012) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999) (31 U.S.C. 3332). (xiii)There are no additional contract requirement(s) or terms and conditions. (xiv)The Defense Priorities and Allocations System (DPAS) and assigned rating does not apply to this acquisition. (xv)All offerors shall electronically submit, a quotation addressing the following items to Contract Specialist Jennifer Swift at swiftje@mail.nih.gov by 4:00 PM Eastern Daylight Time (EDT) September 20, 2012: 1)Offerors must complete annual representations and certifications on-line at http://www.sam.gov. If paragraph (j) of the provision applies, a written submission is required. (refer to item (x) above). Offerors shall submit their quotations no later than 4:00 p.m. EDT on September 20, 2012. The quotation must reference the RFP No. NHLBI-CSB-(EB)-2012-325-JES. All responsible offerors may submit a quotation, which if timely received, shall be considered by the agency. Quotations can be emailed to the Contracting Specialist, Jennifer Swift at swiftje@mail.nih.gov Quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Faxed proposals will NOT be accepted. (xvi)For information concerning this solicitation, please contact Jennifer Swift at swiftje@mail.nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(EB)-2012-325-JES/listing.html)
 
Record
SN02881083-W 20120915/120914000450-11e8ee4958bad7c777862958d27789cb (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.