Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2002 FBO #0154
SOLICITATION NOTICE

66 -- Confocal Microscope

Notice Date
5/3/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Research Contracts Br., 6120 Executive Blvd. EPS Room 604, Rockville, MD, 20852
 
ZIP Code
20852
 
Solicitation Number
RFQ-NCI-20034-NV
 
Response Due
5/14/2002
 
Archive Date
5/29/2002
 
Point of Contact
Deborah Moore, Purchasing Agent, Phone (301) 496-8609, Fax (301) 402-4513, - David Keefer, Contracting Officer, Phone (301) 435-3801, Fax (301) 480-0309,
 
E-Mail Address
dm170b@nih.gov, dk63h@nih.gov
 
Description
This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation, No. RFQ-NCI-20034-NV includes all applicable provisions and clauses in effect through FAR FAC 2001-06. The acquisition is being made in accordance with the test program for using simplified procedures for certain commercial items authorized in FAR 13.6. The North American Industry Classification code is 334516, and the business size standard is 500 Employees. However, this solicitation is not set-aside for small business. Background: The Developmental Neural Plasticity Unit DNP of the National Institutes of Neurological Disorders and Stroke (NINDS) is currently engaged in the study of fundamental mechanisms that underlie the development and remodeling of neuronal circuits in the mammalian olfactory system. These studies use expressed fluorescent proteins (GFP, YFP, CFP, dsRed) in the olfactory system and will focus on imaging primary afferents as they converge and form synapses onto the olfactory bulbs. Since these fluorophores have highly overlapping emission spectra the ability to separate their individual fluorescent signals is critical to the outcome of the experiments. Requirement: The Microscope must use an optical grating (prism) that separates the emitted light into multiple wavelengths and then detects this light through a 32 channel detector. The system must be equipped with a spectral scanner that incorporates a 32 channel PMT using a grating for high speed, efficient, electronic switching between spectrally separated detector elements. Both binning and spectral scanning must be electronically. The system shall be able to discriminate the fluorescence signal produced by fluorophores with widely overlapping emission spectra (i.e. GFP, YFP, FITC). System must be capable of emission fingerprinting with at least 10nm collection upon delivery to our facility and support all acquisition modes x,y,z,t and lambda RAPIDLY. Performance must include rapid spectral curve generation using a lambda stack that can collect pixel by pixel 12 bit up to 2KX2K. Any ROI selectable for immediate plot of spectral information at least 10nm resolution. System must be able to generate a Lambda - time stack of at least 80nm of information in single pass of the image for high speed kinetic acquisition. System must be able to achieve the same kinetic rate for z + lambda stacks as well as z, time, lambda stacks. The system will include a 40mW argon laser (458, 488, and 514) and two helium neon lasers (543nm and 633 nm). This laser combination provides the excitation wavelengths needed to excite commonly used fluorophores. The system will include the non-linear optical elements (NLO) essential for coupling a femtosecond laser system (MIRA 900F from Coherent) giving the confocal multi-photon capability. The system shall have a META detector and a separate internal conventional PMT detector with independent pinhole as well as two external detectors for 2-photon sensitivity detector. Each detector must be equipped with its own pinhole for the possibility of simultaneous scanning with identical slice thickness. The system shall allow full 360 degree scan rotation (in 1 degree increments), scan zoom and offset with no x/y stage centering required. The system shall include an Acousto Optical Modulator (AOM) coupling of external Coherent TI Sapphire Mira laser. Fully tunable between 700-1000nm. Line selection and attenuation must be rapid, continuous with at least .1% increments, and fully selectable with ALL laser lines coupled to the system. Digital Scan control to allow the following software/hardware functionality: constant scanning velocity for all speeds, even illumination along scanning field with identical pixel conditions, short fly back time(<2% of frame cycle), on-line modification of scanning and detector settings for optimum image parameters, on-line histogram and lut?s for optimization, sample preservation via beam blanking only in ROI?s and FRAP designated regions. Ease of operation and setup is critical for our multi user environment therefore the system must also provide single button control to implement identical system conditions from any previously collected image. Reliable quantitative data must be achievable. Highly reliable linear data is critical. The Microscope shall be delivered FOB destination to the The Developmental Neural Plasticity Unit DNP of the National Institutes of Neurological Disorders and Stroke (NINDS) in Bethesda, Maryland and be up and running with ALL specified performance features intact and installed no later than September 30, 2002. Offerors must provide descriptive literature, or other materials that demonstrate that their offer meets the foregoing requirements. The contract will be awarded to the responsible offeror with the lowest-price offer that fully meets the requirements of the solicitation. This solicitation incorporates the provisions at FAR 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS, and at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS. The latter provision includes the DUNS Number Addendum. The resulting contract will incorporate the requirements of the clause at FAR 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS, and the requirements contained in paragraphs (a) and (d) of the clause at FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS - DEVIATION FOR SIMPLIFIED ACQUISITIONS. The contract will also incorporate the following FAR clauses cited in paragraphs (b) and (c) of the latter clause: FAR 52.222-26, EQUAL OPPORTUNITY; FAR 52.222-35, AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA VETERANS; FAR 52.222-36, AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS; FAR 52.222.37, EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS AND VETERANS OF VIETNAM ERA; and FAR 52.225-3, BUY AMERICAN ACT - SUPPLIES. Offers are due May 14 at 1:00 p.m. EDT. Facsimile submission are not authorized. Offers must be in writing and should be submitted as follows: (1) one original and two copies of a completed SF 1449, signed by an individual authorized to bind the organization; (2) a Schedule of Offered Supplies/Services containing pricing for the system being offered, published price lists (if applicable), and a delivery schedule; (3) completed Representations and Certifications - Commercial Items, with DUNS Number addendum; (4) descriptive literature indicating that the offer meets the stated requirements; (5) acknowledgment of amendments, if any. The Representations and Certifications must be signed by an authorized representative of the offeror. Full text copies of the Representations and Certifications or other cited provisions and clauses may be obtained from Debbie Moore, Purchasing Agent, on (301) 402-4509 or by fax on (301) 402-4513. Offers and related materials must be submitted to Debbie Moore at the listed address. Offers that fail to furnish the required information or reject the terms and conditions of the solicitation may be excluded from consideration. Please cite the solicitation number on your offer. Any questions must be submitted in writing and may be e-mailed to dm170b@nih.gov or faxed to 301-402-4513. It is the vendors responsibility to call 301-402-4509 to insure questions have been received.
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland
Zip Code: 20892
 
Record
SN00070910-W 20020505/020503213138 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.