Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2002 FBO #0255
SOLICITATION NOTICE

66 -- MOTORIZED MICROSCOPE SYSTEM

Notice Date
8/12/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, MD, 20814-4799
 
ZIP Code
20814-4799
 
Solicitation Number
Reference-Number-ACR20000064
 
Response Due
8/30/2002
 
Point of Contact
Christina Johnson, Contract Specialist, Phone (301) 295-3069, Fax (301) 295-1716, - Christina Johnson, Contract Specialist, Phone (301) 295-3069, Fax (301) 295-1716,
 
E-Mail Address
cjohnson@usuhs.mil, cjohnson@usuhs.mil
 
Description
The Uniformed Services University of the Health Sciences (USUHS), Bethesda, MD requires an Olympus BX61 fully motorized with POS filter turret and associated components from the manufacturer Olympus, Inc. to be furnished and installed at Armed Forces Radiobiology Research Institute, Bethesda, MD. This item will be procured on a brand name or equal basis. The motorized microscope system will be used for cytogenetic biodosimetry assay validation studies. The microscope is necessary for rapid capturing of multiple color probe images and to perform MFISH analysis to estimate radiation-induced damage in human blood cells. This system makes it easy to set up specific optical adjustments associated with a particular observation method, including light levels corresponding to the objective magnification and attachment/detachment of optical components. Using special control software, it is also simple to macro-program a set of complex procedures such as recording a success of multilabeled specimen images. Program command is performed by one-touch operation of buttons (there are 8 buttons for focusing, light adjustments and presetting) on the microscope body or hand switch, or via designated computer keys. Up to 6 fluorescence mirror units can be attached simultaneously. Mirrors units can be exchanged automatically with corresponding shutter adjustment. Motorized sextuple revolving nosepiece with slider slot for Nomarski DIC. Eight position universal condenser. Different combinations of designated optical components allow correspondence with various kinds of transmitted light observation. Automatic control of optical component exchange, top lens swing out and aperture iris diaphragm. Motorized exchange of 6 filters. 3 kinds of filters can be attached simultaneously: U-FWR for excitation, U-FWO for absorption and U-FWT for transmitted light. Motorized modules attached to the microscope are controlled via this control box, which is linked to the computer via an RS232C connector. Two optional board slots are available for auto focus control and digital input/output. Handset used to control the microscope while conducting visual observations. The following functions can be controlled from the operator?s hand: revolving nosepiece operation, control of condenser top lens, shutter for reflected light fluorescence observation, director choice of fluorescence mirror unit, rotation of condenser, and control of aperture iris diaphragm. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 the Federal Acquisition Regulation (FAR) Part 12, Commercial Acquisitions and FAR part 13.5 supplemented with additional information included in this notice. This announcement constitutes the solicitation; proposals are being requested and a written solicitation will not be issued. The provisions and clauses in the RFP are those in effect through FAC 2001-08. Questions may be submitted via mail to the address above or fax (301) 295-1716. All written questions received will be answered in writing and transmitted to all offers via an amendment to the solicitation. This notice is being used as request for proposal for: (1) BX61TRF; MICROSCOPE FRAME W/ARM INTERNAL Z-MOTOR (cat # BX61TRF); (2) U-SVRB-4; RIGHT HAND MECHANICAL STAGE, RACLESS, LONG STALK (cat # 4-U130); (3) U-HLST-4 SINGLE SLIDE HOLDER THICK (cat # 4-U146); (4) U-LH100-3; 12V/100W LAMPHOUSE (cat # 5-UL112); (5) JC12V100WHAL-L; 12V, 100W HALOGEN BULB FOR U-LH/AX-LH (cat # 8-C406); (6) UYCP-11; US STYLE 3-PRONG POWER CORD (cat # UYCP-11); (7) BX-RFA8A; FLUORESCENSE ILLUMNTR 8-POS TURRETT, MOTORIZED (cat # 5-UR711A); (8)BX-UCB/BX2BSW; CONTROLLER FOR AUTOMATED SCOPE W/SOFTWARE (cat # U-B110S); (9) U-ZPCB; Z-DRIVE CONTROL BD FOR U-UCB, FOR BX61/62TRF (cat # U-IF180); (10) U-HSTR2; HANDSET FOR BX2 MOTORIZED COMPONENTS (cat # U-R914); (11) U-RMT; EXTENSION CABLE FOR HALOGEN LAMPHOUSING TO BX-UCB (cat # 5-UL701); (12) U-REMMT; CABLE FOR MOTRIZED NOSEPIECE TO U-UCB ( cat. # U-R701); (13) U-D6REM; 6 POSITION MOTORIZED NOSEPIECE, REVERSE, RMS THREAD (cat #: U-R156M); (14) U-TR30-2; TRINOCULAR OBSERVATION TUBE, (cat # 3-U134); (15) WH10X-3; 10X WIDEFIELD EYEPIECE HI EYPEPOINT, RETICLE SHELF (cat # 2-U1003), (16) WH10X2-H; 10X FOCUSING EYEPIECE WIDEFIELD, HI EYEPOINT, FN 22 (cat # 2-U100H2); (17) BX-RFA; BX FLUORESCENCE ILLUM.BX2, FOR REXBA, 6 CUBE TURRET (cat # 5-UR710); (18) U-LH100HGAPO; 100W MERCURY LAMP HOUSE W/CHROMATIC CORR. MIRROR (cat # 5-UL155); (19) BH2-RFL-T3-100W; POWER SUPPLY FOR 100W HG LAMPHOUSE, WHITE (cat # 5-UT150); (20) USH-102DH; 100W MERCURY BURNER FOR FLUORESCENCE, USHIO VERSION (cat # 8-B192U); (21) U-PCD2; PHASE CONTRAST TURRET CONDENSER, N.A. 1.1, OIL IMMERSI (cat# 6-U451); (22) PL20X3PH; PLAN ACHROMAT 20X PHASE OBJ, NA 0.4, WD 1.2MM (cat # 1-UC226); (23) UPLFL40X: U PLAN FLUORITE 40X/0.75 (cat # 1-UB527); (24) UPLFL60XO13; U PLAN FLUORITE OIL/IRIS OBJ, NA 1.25-0.65 (cat # 1-UB532R); (25) UPLFL100XO13; U PLAN FLUOR 100X OIL, IRIS, NA 1.30-0.60, WD 0.10 (cat # 1-UB536R); (26) COVER-018; DUST COVER, HOOD TYPE FOR BX2 MICROSCOPES (cat # COVER018). DELIVERABLES: 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 and is to be coordinated with the COR (to be named at time of award). SET-UP and TRAINING: 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 Attofluor Ratiovision System. 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
SN00138928-W 20020814/020812213854 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.