|
COMMERCE BUSINESS DAILY ISSUE OF MAY 25,1999 PSA#2353NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000 66 -- STEREO FLUORESCENCE MICROSCOPE SOL RFQ2-36696-SLC DUE 060199 POC
Sharon L. Connolly, Contracting Officer, Phone (650) 604-6927, Fax
(650) 604-4646, Email sconnolly@mail.arc.nasa.gov -- Barbara A. Drake,
Contracting Officer, Phone (650) 604-3002, Fax (650) 604-4646, Email
bdrake@mail.arc.nasa.gov WEB: Click here for the latest information
about this notice,
http://nais.nasa.gov/EPS/ARC/date.html#RFQ2-36696-SLC. E-MAIL: Sharon
L. Connolly, sconnolly@mail.arc.nasa.gov. This notice is a combined
synopsis/solicitation for commercial items 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; quotes are being requested and a written
solicitation will not be issued. This procurement is being conducted
under the Simplified Acquisition Procedures (SAP). NASA Ames Research
Center has the need to procure a complete stereo microscope system for
use with experiments that involve injections with fluorescent-dextran,
fluorescent protein conjugates, RNA, and DNA constructs expressing
GFP-fusions under weak promoter expression. The system will include a
stereo microscope with transmitted light stand, a broad magnification
range (10X-120X), fluorescent optics, digital cooled CCD camera, a cell
transfer system, and an injection system for zebrafish and Xenopus
embryos. Because of low-level promoter activity, the system must have
a high flux fluorescent output produced by triple beam fluorescent
optics. Injections and manipulations require frequent movement of the
sample into and out of the optical field, therefore, the system must
have a motor-driven focus which allows the objective to be moved out of
focus and rapidly back into the focus for at least five preset limits.
Injections will be performed with up to four fluorochromes; therefore,
the system requires a four-position filter changer for rapid monitoring
of each fluorochrome. On site installation and training shall be
included in this procurement. The provisions and clauses in the RFQ are
those in effect through FAC 97-11. The Standard Industrial
Classification (SIC) Code and size standard for this procurement are
3827 and 500 employees, respectively. The quoter shall state in their
quotation their size status for this procurement. All qualified
responsible business sources may submit a quotation which shall be
considered by the agency. Deliver to NASA Ames Research Center,
Receiving Section, Bldg. 255, Moffett Field, CA 94035 is required
within 45 days after Purchase Order award. Delivery shall be FOB
Destination. The DPAS rating for this procurement is DO-C9. Quotations
for the item(s) described above may be mailed or faxed to the
identified point of contact by the date/time specified and include,
solicitation number, FOB destination to this Center, proposed delivery
schedule, discount/payment terms, warranty duration (if applicable),
taxpayer identification number (TIN), identification of any special
commercial terms, and be signed by an authorized company
representative. Quoters are encouraged to use the Standard Form 1449,
Solicitation/Contract/Order for Commercial Items form found at URL:
http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation.
Quoters shall provide the information required by FAR 52.212-1.
Addendum to FAR 52.212-1 is as follows: Compliance with Veterans'
Employment Reporting Requirements (February 1999) By submission of its
offer, the offeror represents that, if it is subject to the reporting
requirements of 37 U.S.C. 4212(d) (i.e., the VETS-100 report required
by Federal Acquisition Regulation clause 52.222-37, Employment Reports
on Disabled Veterans and Veterans of the Vietnam Era), it has submitted
the most recent report required by 37 U.S.C. 4212(d). If the end
product(s) quoted is other than domestic end product(s) as defined in
the clause entitled "Buy American Act -- Supplies," the quoter shall so
state and shall list the country of origin. The Representations and
Certifications required by FAR 52.212-3 may be obtained by phone or fax
to the primary point of contact, Sharon L. Connolly at the
address/email stated below. FAR 52.212-4 is applicable. FAR 52.212-5 is
applicable and the following identified clauses are incorporated by
reference: 52.222-3, 52.233-3, 52.222-21, 52.222-26, 52.222-35,
52.222-36, 52.222-37, 52.225-3, 52.225-21 with its Alternate I, and
52.232-34. Addenda to FAR 52.212-5 are as follows: ARC 52.232-93
Submission of Invoices-Fixed Price (Feb 1998) and clause "Year 2000
Compliance (May 1998)" in accordance with PIC 98-8. The quoter shall
provide standard product literature indicating that the product or
products offered are Year 2000 Compliant. Questions regarding this
acquisition must be submitted in writing no later than May 26, 1999.
Quotations are due by 3:30 p.m. PDST on June 1, 1999, to the attention
of Sharon L. Connolly and should be mailed to NASA-Ames Research
Center, M/S:241-1, Moffett Field, CA 94035. It is the quoter's
responsibility to confirm if the Government has received the faxed
quotation. Selection and award will be in accordance with FAR 52.212-2
with the following evaluation factors: (1) technical acceptability,
(2) past performance, and (3) price. Technical acceptability will be
determined using information submitted by the quoter in sufficient
detail to show that the product quoted meets the Government's
requirements. Quoters must provide copies of the provision at 52.212-3,
Offeror Representations and Certifications -- Commercial Items with
their quote. An ombudsman has been appointed -- See Internet Note "B".
It is the quoter's responsibility to monitor this site for the release
of amendments (if any). Potential quoters will be responsible for
downloading their own copy of this combination synopsis/solicitation
and amendments (if any). Any referenced notes can be viewed at the
following URL: http://genesis.gsfc.nasa.gov/nasanote.html. Posted
05/21/99 (D-SN334549). (0141) Loren Data Corp. http://www.ld.com (SYN# 0266 19990525\66-0008.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|