Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 23, 2015 FBO #4898
SOLICITATION NOTICE

66 -- Pco.edge 4.2 CL camera, cooling system and software.

Notice Date
4/21/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-2015-260
 
Archive Date
5/12/2015
 
Point of Contact
Rodney E. Brooks, Phone: 3014020751
 
E-Mail Address
rodney.brooks@nih.gov
(rodney.brooks@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation Introduction: 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. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-2015-260 and the solicitation is issued as a request for quotation (RFQ). North American Industry Classification System (NAICS) Code: The intended procurement classified under NAICS code 334516 with a Size Standard of 50 Employees. Acquisition Authority: This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05-80, dated March 2, 2015. Description of Requirement: Background: The LCS discovered a new mechanism of cardiac impulse initiation that is based on the novel concept of "calcium clock". The calcium clock is pivotal switch between normal and arrhythmic heart function. The amplitude and frequency of the calcium clock operation are defined by both calcium and sodium signals, because key molecules comprising the clock are regulated by both ions. In contrast to cellular signals, calcium signals have not been measured in cardiac pacemakers. The new camera system to be acquired by the LCS will solve this problem. Purpose: The purpose of this requirement is to procure a new Pco.edge 4.2 CL camera, cooling system and software. Project Requirements: The contractor shall provide a Camera that has the following characteristics pertinent to our requirements: Pco.edge 402 mono ONLY (100 Hz RS Only) Image sensor CMOS with a resolution of 2048x2048 Pixel size 6.5umx6.5um 0Degree stabilized coller with Water cooling down to -30ºC absolute. Both cooling options (T/E and Water) and can achieve can achieve exposures out to 60 seconds frame rate at the following resolutions: 2048 x 2048 40 fps 2048 x 1024-80 fps 2048 x 512-160 fps 2048 x 256-315 fps 2048 x 128-610 fps The camera shall include MetaMorph Basic Acquisition software for Microscopes. Includes Camera Acquisition Option and Complete Microscope Control. Includes Z Wavelength/Stream Option. Requires Z and/or illumination device drivers (31043) & Twin Camera/Splitview Simultaneous Acquisition Option. Biovision shall include onsite integration to the existing system Anticipated Period of Performance: 30 days after receipt of Purchase Order. Place of Performance: National Institute on Aging Biomedical Research Center (BRC) 251 Bayview Blvd., Suite 100, Room 09B113 Baltimore, MD 21224 Contract Type: The Government intends to issue a firm fixed price Purchase Order for this requirement. Applicable Clauses and Provisions: All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov The provision of FAR clause 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. The provision of FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is required with any offer submitted. The FAR clause is located at http://www.acquisition.gov/far/. This requirement may be met by completion of the provision in the System for Award Management. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial items apply to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (September 2013), applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Evaluation Criteria: FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: 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, technical, price and other factors considered. There are no additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. Response Format: Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement. The price quote shall include: unit price, list price, shipping and handling costs, the delivery period after contract award, delivery terms, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), the certification of business size, product or catalog numbers, product description and other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by April 27, 2015 at 12:00pm EST and must reference number HHS-NIH-NIDA-SSSA-CSS-2015-260. Responses may be submitted electronically to Rodney Brooks, Contract Specialist at rodney.brooks@nih.gov. "All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-CSS-2015-260 /listing.html)
 
Record
SN03706912-W 20150423/150422000156-d17314c0cb063c920cc1f347e6b2859b (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.