Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 9, 2001 PSA #2911
SOLICITATIONS

66 -- UNIVERSAL IMAGING METAFLUOR RATIO IMAGING IMAGE ACQUISITION AND ANALYSIS WORKSTATION

Notice Date
August 7, 2001
Contracting Office
Directorate of Contracting, Uniformed Services University of the Health Sciences, Rm A1040c, 4301 Jones Bridge Road, Bethesda MD 20814-4799
ZIP Code
20814-4799
Solicitation Number
MDA905-01-Q-0051
Response Due
August 28, 2001
Point of Contact
Kristen Trump, Contract Specialist, 301 295-3127
E-Mail Address
Point of Contact (ktrump@usuhs.mil)
Description
The Uniformed Services University of the Health Sciences (USUHS), Bethesda, MD requires a Universal Imaging MetaFluor ratio Imaging Image Acquisition and Analysis Workstation, for acquisition and analysis of Ion Ratioing Experiments, This notice is being used as a request for proposal including: MetaFluor Ratio Imagining Image Acquisition and Analysis Software; P3-933 Workstation (ASUS CUV4X motherboard) with 768 Mb RAM (3x256MB DIMMS), 40 GB IDE HDD, Matrox G450 AGP Video card, 16x10x40x re-recordable CD drive, 17" monitor, WIN 98, FDD, keyboard, mouse, 350W PS, mid-tower case, 3COM 10/100T network card, Adaptec 2930 SCSI card with external connector, and 1 year warranty; MetaFluor driver for quoted detector/camera; 1392x1040 6.45x6.45 um pixel, -30C thermoelectrically cooled, progressive scan interline digital CCD detector with 12 bit 10/20 MHz digitizer, 8 electron read noise, and c-mount camera fitting, includes PCI control card; MetaFluor drivers for illumination device control and I/O serial/parallel communication; High speed filter based illumination system with 175W Xe ozone free lamp, fiber optic light guide, and adapter for fiber optic light guide for customer's existing Nikon TE300 inverted microscope; Four additional wavelength filter holders; Four additional neutral density filter holders; All necessary hardware, cables, and documentation to allow installation on-site of the quoted hardware and software into an operational MetaFluor imaging Workstation.; Installation of the quoted digital CCD camera and high speed illumination system onto customer's existing Nikon TE300 microscope; Training of the customer in the use of the Workstation for ion ratioing imaging applications; Technical support in use of the Workstation on customer applications during the one year warranty period, including implementation of modified and new applications, and training in the use of the Workstation to execute these new applications; Next MetaFluor software release at no additional charge. The system shall be delivered and installed at USUHS, Bethesda, MD 20814-4799, and FOB: Destination within 90 days. Delivery shall be made within the hours of 8:00 a.m. to 4:00 p.m., Monday through Friday, excl. Federal holidays, and shall be scheduled with the COR named at the time of award. PACKING and SHIPPING: All items packed and shipped shall have the mailing label addressed as follows: USUHS (complete address) and the contract number (named at the time of award). INSTALLATION: The contractor shall be responsible for the movement of all equipment to installation site. The Contractor shall install the microscope, complete with the components. The Contractor shall also perform verification testing and provide technical support. Installation shall be completed within 30 days after delivery to USUHS, Department of Anatomy, Physiology and Genetics, 4301 Jones Bridge Road, Bethesda, Maryland, 20814 and is to be coordinated with the COR (to be named at time of award). The Contractor shall be responsible for performing all start-up operations to ensure the system is fully functional for its intended purpose. The contractor will provide at least three full days of operator training in the laboratory at USUHS within 15 days after completion of installation. DOCUMENTATION: Upon completion the contractor shall provide two (2) sets each of all equipment/software manuals for the Universal Imaging MetaFluor ratio Imaging Image Acquisition and Analysis Workstation. Final payment shall not be made until such documentation is received and accepted by the Contracting Officer. WARRANTEE: A standard commercial warranty shall be provided for the software and equipment. The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. The provision of FAR 52-212-1, Instruction to Offerors -- Commercial Items and 52.211-6, Brand Name or Equal, applies to this acquisition. All offerors are required to submit a completed copy of Addenda to FAR Clause 52.212-1 1) Item (b) Submission of Offers is amended to include the following: Submit your proposal, acknowledgment of amendments (if any), software licensing agreements (if any), descriptive literature for the proposed equipment and software, and the FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items, prior to an award. Telegraphic or facsimile offers are not acceptable. Period for acceptance of offers is amended to include the following: The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. The provision at 52-212-1, Instruction to Offerors -- Commercial Items, applies to this acquisition. The provision of FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The following evaluation criteria are included in paragraph (a) of that provision. Addendum to FAR clause 52.212-2. Evaluation Factors for award: Any resulting order will be issued to the company offering the best value to the Government, price and other factors considered. Factors that will be considered are Technical capability and price. Technical capabilities are significantly more important than price. Failure to provide the information relative to each evaluation factor may render offer non-responsive. 1) TECHNICAL CAPABILITY: Technical capability will be based on product literature, technical features and/or warranty provisions. Each offeror is required to submit licensing (if applicable), descriptive literature, or other documentation, manufacturer or brand name and model of the item, and show how the offered product meets or exceeds the requirements as specified in the Specifications. 2) PRICE: Price includes all equipment, software, software licensing, training, warranty costs, discount terms, and transportation costs. Evaluation is based on best value including cost and Ability to meet stated requirements above. Offerors shall submit descriptive literature and drawings detailing features, technical capabilities and warranty data. Technical acceptability will be determined solely on the content and merit of the information submitted response to this provision as it compares to the minimum characteristics provided above. Therefore, it is essential that offerors provide sufficient technical literature, documentation, etc., in order for the Government evaluation team to make an adequate technical assessment of the quote as meeting technical acceptability. The full text of these clauses may be accessed electronically at this address: http://www.arnet.gov/far/. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items. The following FAR clauses cited in 52.212-5 are applicable to this acquisition for supplies: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 1984); 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era Veterans (APR 1998); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (JAN 1999); 52.225-3, Buy American Act Supplies (JAN 1994); 52.225-13 Restrictions on certain Foreign Purchases (FEB 2000); 52.225-21, Buy American Act North American Free Trade Agreement Implementation Act Balance of Payments Program (JAN 1997); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (May 1999); 52.239-1, Privacy or Security Safeguards (AUG 1996). ALL INTERESTED PARTIES SHALL SUBMIT OFFERS WITH THE FOLLOWING INFORMATION: Federal Tax Identification (TIN); Dun & Bradstreet Number (DUNS); remit to address if different; and business size. As of 31 May 1999 all Contractors must be registered in the Central Contractor Registration (CCR) Database as a condition for contract award. Contractors may register in the CCR through the World Wide Web at http://www/acq/osd.mil/ec or call the DOD Electronic Information Center at 1-800-334-3414.
Record
Loren Data Corp. 20010809/66SOL005.HTM (W-219 SN50U244)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on August 7, 2001 by Loren Data Corp. -- info@ld.com