Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2018 FBO #6139
SOLICITATION NOTICE

Q -- Acquisition of AMER sham 680 RGB

Notice Date
9/12/2018
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
N02CO84108-33
 
Archive Date
9/19/2018
 
Point of Contact
William T. Neal, Phone: 2402765433, Jolomi Omatete, Phone: 2402766561
 
E-Mail Address
william.neal@nih.gov, jolomi.omatete@nih.gov
(william.neal@nih.gov, jolomi.omatete@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
General Information Document Title: Acquisition of AMER sham 680 RGB Document Type: Pre-solicitation Notice Solicitation Number: N02CO84108-33 Posted Date: 09/12/2018 Response Date: 09/14/2018 2:00 PM ET Classification Code: 66 - Instruments & laboratory equipment NAICS Code: 334516- Analytical Laboratory Instrument Manufacturing Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E144, Rockville, MD 20850, UNITED STATES Description The National Cancer Institute (NCI), Center for Cancer Research (CCR), Radiation Oncology Branch, Experimental Therapeutics Section plans to procure a sole source basis one (1) Amersham Imager 680RGB from GE Healthcare Bio-Sciences Corp, 100 Results Way, Marlborough, MA 01752 This acquisition will be processed under FAR Part 12 - Acquisition for Commercial Items and will be made pursuant to the authority in FAR 13.106-1 (b)(2) and 13.501-(a)(1) using simplified acquisition procedures for commercial acquisitions. The North American Industry Classification System code is 334516 and the business size standard is 1,000 employees. Only one award will be made as result of this solicitation. This will be awarded as a firm fixed price type contract. It has been determined there are no opportunities to acquire green products or services for this procurement. The Amersham 680 is an easy to use sensitive and robust CCD imager designed to provide publication quality digital images of DNA, RNA protein gels and blots. The purchase of this instrument will replace an earlier aging version of the same machine and increase image capacity in the Experimental Therapeutics Section and allow a greater number of research personnel to use the machine. SPECIAL ORDER REQUIREMENTS They are as follows: • High sensitivity • Sharp images with high resolution • Image a chemiluminescent sample • Densitometry • Highly flexible performance • Robust design • Easy to use • IQ/OQ Validation services PRODUCT FEATURES/SALIENT CHARACTERISTICS The required product features/characteristics are :: • The camera must use a Super CCD with octagonal-shaped photodiodes, in which the pixels are rotated 45 degrees to form an interwoven layout. This feature offers a dense matrix for a more efficient capture of light than conventional interline CCD camera. • It must use a 16-bit camera assures that data is captured across a wide dynamic range across 65,535 gray scales, allowing sensitive detection of weak features without saturating strong features in the image. The entire range of signal can be acquired and quantitation performed from a single image acquisition. • CCD chip must be 15.6 X 23.4 mm. This is a very large chip, ensuring that more light photons are efficiently captured. Each pixel is 10.75mm in size. • The temperature must enable controlled cooling of CCD chip to -25C. Cooling allows significant reduction in background electronic noise, resulting in cleaner acquisition of long exposure chemiluminescent images. The cooling is constantly monitored, which eliminates variability and increases reproducibility. • The wide-aperture must be f/0.85 lens, to allow the most light to be captured by the Super CCD chip. This increases the sensitivity and reduces exposure time required to acquire images of low abundant samples. • In standard mode, all images must be in publication-quality (317dpi). Max resolution = 5.8 Mpix. • Images must be captured with absolutely "no binning" at all, so that the image is not digitally processed. • The process of generating merged JPG color images must be completely automated showing MW markers and chemiluminescent signal. • There must be no proprietary file formats, just standard TIF and JPG. • AI680 must be able to be upgraded at any time to AI680UV, AI680QC or AI680RGB. This expands the capability of the system to meet future needs. The control software is completely integrated to recognize these accessories when present. • - In Semi-Auto capture mode, and automated exposure is made based on an area of interest defined by the user. This enables calculation of optimal exposure time for bands of interest, with optimal dynamic range. • The On-board Windows 7 computer must have the ability to connect in a variety of configurations. You can operate the system via an integrated computer, controlled from a wireless iPad (WiFi), a USB-connected touch-screen, or a traditional monitor with a mouse and keyboard. DELIVERY / INSTALLATION National Institutes of Health 37 Convent drive Bldg 37/4112 Bethesda Md 20892 Delivery shall be completed within 2 weeks of order. TRAINING Vendor will provide training at time of installation for 10 or more users. PAYMENT Payment shall be made once for the equipment. Payment authorization requires submission and approval of invoices to the COR and NIH OFM, in accordance with the payment provisions listed below: The following clause is applicable to all Purchase Orders, Task or Delivery Orders, and Blanket Purchase Agreement (BPA) Calls: PROMPT PAYMENT (JUL 2013) FAR 52.232-25. Highlights of this clause and NIH implementation requirements follow: I INVOICE REQUIREMENTS A. An invoice is the Contractor's bill or written request for payment under the contract for supplies delivered or services performed. A proper invoice is an "Original" which must include the items listed in subdivisions 1 through 12, below, in addition to the requirements of FAR 32.9. If the invoice does not comply with these requirements, the Contractor will be notified of the defect within 7 days after the date the designated billing office received the invoice (3 days for meat, meat food products, or fish, and 5 days for perishable agricultural commodities, dairy products, edible fats or oils) with a statement of the reasons why it is not a proper invoice. (See exceptions under II., below.) Untimely notification will be taken into account in the computation of any interest penalty owed the Contractor. 1. Vendor/Contractor: Name, Address, Point of Contact for the invoice (Name, title, telephone number, e-mail and mailing address of point of contact). 2. Remit-to address (Name and complete mailing address to send payment). 3. Remittance name must match exactly with name on original order/contract. If the Remittance name differs from the Legal Business Name, then both names must appear on the invoice. 4. Invoice date. 5. Unique invoice #s for all invoices per vendor regardless of site. 6. NBS document number formats must be included for awards created in the NBS: Contract Number; Purchase Order Number; Task or Delivery Order Number and Source Award Number (e.g., Indefinite Delivery Contract number; General Services Administration number); or, BPA Call Number and BPA Parent Award Number. 7. Data Universal Numbering System (DUNS) or DUNS + 4 as registered in the Central Contractor Registration (CCR). 8. Federal Taxpayer Identification Number (TIN). In those exceptional cases where a contractor does not have a DUNS number or TIN, a Vendor Identification Number (VIN) must be referenced on the invoice. The VIN is the number that appears after the contractor's name on the face page of the award document. 9. Identify that payment is to be made using a three-way match. 10. Description of supplies/services that match the description on the award, by line billed.* 11. Freight or delivery charge must be billed as shown on the award. If it is included in the item price do not bill it separately. If identified in the award as a separate line item, it must be billed separately. 12. Quantity, Unit of Measure, Unit Price, Extended Price of supplies delivered or services performed, as applicable, and that match the line items specified in the award.* * NOTE: If your invoice must differ from the line items on the award, please contact the Contracting Officer before submitting the invoice. A modification to the order or contract may be needed before the invoice can be submitted and paid. B. Shipping costs will be reimbursed only if authorized by the Contract/Purchase Order. If authorized, shipping costs must be itemized. Where shipping costs exceed $100, the invoice must be supported by a bill of lading or a paid carrier's receipt. C. Mail an original and 1 copy of the itemized invoice to: National Institutes of Health Office of Financial Management, Commercial Accounts 2115 East Jefferson Street, Room 4B-432, MSC 8500 Bethesda, MD 20892-8500 For inquiries regarding payment call: (301) 496-6088 In order to facilitate the prompt payment of invoices, it is recommended that the vendor submit a photocopy of the invoice to the "Consignee" designated for the acquisition in blocks 6A - 6E of the face page of the Order/Award document. II. INVOICE PAYMENT A. Except as indicated in paragraph B., below, the due date for making invoice payments by the designated payment office shall be the later of the following two events: 1. The 30th day after the designated billing office has received a proper invoice. 2. The 30th day after Government acceptance of supplies delivered or services performed. B. The due date for making invoice payments for meat and meat food products, perishable agricultural commodities, dairy products, and edible fats or oils, shall be in accordance with the Prompt Payment Act, as amended. III. INTEREST PENALTIES A. An interest penalty shall be paid automatically, if payment is not made by the due date and the conditions listed below are met, if applicable. 1. A proper invoice was received by the designated billing office. 2. A receiving report or other Government documentation authorizing payment was processed and there was no disagreement over quantity, quality, or contractor compliance with a term or condition. 3. In the case of a final invoice for any balance of funds due the contractor for supplies delivered or services performed, the amount was not subject to further settlement actions between the Government and the Contractor. B. Determination of interest and penalties due will be made in accordance with the provisions of the Prompt Payment Act, as amended, the Contract Disputes Act, and regulations issued by the Office of Management and Budget. IV. PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS, FAR 52.232-40 (DEC 2013) a) Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. b) The acceleration of payments under this clause does not provide any new rights under the prompt Payment Act. Include the substance of this clause, include this paragraph c, in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items. This notice is not a request for competitive quotation. However, if any interested party, especially a small business believes it can meet the above requirement, it may submit a proposal or quote for the Government to consider. The response and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement. Responses must be received in the contracting office by 2:00 PM ET, on September 14, 2018. All responses and questions must be via email to William Neal, Contracting Officer at william.neal@nih.gov. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, contractors must be registered and have valid certification through SAM.GOV and have Representations and Certifications filled out. Reference: N02CO84108-33 on all correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02CO84108-33/listing.html)
 
Place of Performance
Address: National Institute of Health, National Cancer Institute, 9609 Medical Center Drive, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN05086384-W 20180914/180912231320-987327c59d3edb1d8db06ede4adc9a10 (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.