Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2003 FBO #0596
SOLICITATION NOTICE

66 -- Imaging System

Notice Date
7/16/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817
 
ZIP Code
20817
 
Solicitation Number
Reference-Number-RML-RFQ-3038
 
Response Due
7/26/2003
 
Archive Date
8/10/2003
 
Point of Contact
Jenny Lovitt, Purchasing Agent, Phone 406-363-9489, Fax 406-363-9288, - Rebecca Guenthner, Chief Contracting Officer, Phone 301-402-2284, Fax 301-480-3695,
 
E-Mail Address
jlovitt@niaid.nih.gov, rguenthner@niaid.nih.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 issued as a request for quotation. Submit offers on RML-RFQ-3038. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14 dated 06/23/03. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a Total Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this procurement is 334516 and the small business size is 500 employees. The Rocky Mountain Laboratories, Laboratory of Human Bacterial Pathogenesis has a requirement for an Imaging System consisting of a CCD (charged coupled device) camera, imaging chamber, cryogenic refrigeration unit, camera controller and controlling computer with image acquisition and analysis software with the following salient characteristics: 1) CCD Camera shall be ultra low noise with a minimum 1200x1300 pixel resolution, better than 0.2mm at object, a CCD size of 2.5cm square, a quantum efficiency of higher than 85% at 500-700 nm and higher than 50% at 350-850 nm, a read noise of less than 5 electrons RMS, and a minimal detectable luminance of less than 100 photons/s/sr/cm square. 2) The lens specifications must be f/.95-f/16.50 mm. The field of view must be between 10 cm square and 25 cm square. Focus, f-stop, 6-position filter wheel, and field of view must be software-controlled. 3) The imaging chamber should be approximately 46 cm x 46 cm x 51 cm (LxWxH). It must contain a heated stage (up to 40 degrees C) and must provide inlets/outlets for anesthesia gas. 4) The Cryogenic Refrigeration Unit must cool CCS to –120 degrees Celsius without liquid nitrogen. 5) The system must contain a six-position optical filter wheel. 6) The system must contain a high performance acquisition computer with a 20 inch high-resolution flat screen monitor. 7) The software must provide image acquisition and image analysis and control the optical devices as outlined above. 8) The controlling software must be Windows-based with a Macintosh desktop copy version available. FOB Point shall be Destination, Hamilton, MT. Inside delivery shall be no later than 90 days after receipt of order (ARO). Delivery location is Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, MT. The following FAR provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors—Commercial Items; FAR 52.212-2 Evaluation—Commercial Items. Award will be based on: 1) The capability of the item offered to meet the above stated salient characteristics; 2) Warranty; and 3) Price; FAR 52-212-4 Contract Terms and Conditions—Commercial Items; FAR 52-212.5 Contract Terms and Conditions Required to Implement Statues or Executive Orders—Commercial Items. Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3 Offerors Representations and Certifications—Commercial Items. FAR 39.02 Electronic Information Technology (Section 508 of the Rehabilitation Act of 1973, 1998 Amendments) is applicable to this contract. Offerors must submit as part of their offer Voluntary Product Accessibility Templates for Software (Section 1194.21) and Desktop and Portable Computers (Section1194.26). Warranty information to include period and coverage, shall be stated. Offers may be mailed or faxed to the POC indicated above (Fax-(406)363-9288). Offers must be submitted not later than 4:30 PM (MDST) 07/26/03. Copies of the above-referenced clauses are available upon request, either by telephone or fax. All responsible sources may submit an offer that will be considered by this Agency.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/HHS/NIH/AMOB/Reference-Number-RML-RFQ-3038/listing.html)
 
Place of Performance
Address: Rocky Mountain Laboratories 903 South 4th Street Hamilton, MT
Zip Code: 59840
Country: US
 
Record
SN00373523-F 20030718/030716221851 (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.