Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2003 FBO #0611
SOLICITATION NOTICE

65 -- Medical Equipment

Notice Date
7/31/2003
 
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
RFQ3039
 
Response Due
8/15/2003
 
Archive Date
8/30/2003
 
Point of Contact
Guy Barratte, purchasing agent, Phone 301-402-6656, Fax 301-480-3695, - Rosie Owens, Contracting Officer, Phone 301-402-6545, Fax 301480-3695,
 
E-Mail Address
gbaratte@niaid.nih.gov, rowens@niaid.nih.gov
 
Description
17. This is a combined synopsis/solicitation to procure commercial items prepared in accordance with the format in FAR Part 12.6, as supplemented with the 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 to RFQ #3039. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a Small Business Set-Aside. The associated North American Industrial Classification System (NAICS) code for the procurement is 334516 and the small business size standard is 500. SCHEDULE: The National Institute of Allergy and Infectious Diseases requires a krypton argon, laser-based dual micro-lens enhanced spinning disk confocal system in order to capture true, real-time imaging of living samples. The system must be able to acquire sample images in sub-second time frame and thereby be suitable for the study of intracellular calcium signaling and intracellular protein trafficking. The system must operate with minimal photobleaching and phototoxicity so that the long term imaging of fluorecent proteins in living cells can be accomplished. Key applications must include calcium signaling analysis, vesicular trafficking, localization of GFP fusion proteins in live cells and membrane trafficking experiments. This system must include, but not be limited to, the following components: Confocal Optical Scanner; Krypton/Argon Three-line Laser Illumination Source; Manual Slider Excitation and Emission Control; 12-bit Digital-cooled CCD Ccamera; TTL-controlled Automatic Laser Interlock; C Mount Attachment for Optical Microscope; a computer workstation comprised of a Dell Optiplex GX260 SMT Chassis or its equivalent with the following configuration: 2.7 Ghz Intel Premium 4 Processor with 512 K Cache and Intel 845 G Chipset, 1 GB 266 MHz DDR SDRAM Memory, 40 GB IDE Hard Drive for System Filesx, 120 GB IDE Hard Drive for Image Data, DVD ROM/CD-RW Combo 8/4/32/8X, 3.5? 1.44MB Floppy Drive, Integrated Gigabit Networking, Enhanced Quietkey Keyboard w/Programmable hotkeys, Microsoft 2 Button Wheel PS/2 Mouse, Microsoft Windows 2000 Pro (SP2), Radon 4700 Pro Graphics Card, 2 x 19? CRT Monitors and Imaging Suite Software for Image Acquisition and Analysis. Components must also include a Piezoelectric High-speed Z Axis Objective Stepper w/100um Travel Distance, Objective Holder, Amplifier Control, Z Axis Controller with an accuracy = 0.05 micron and a focus range = 100 micron. Delivery location is National Institute of Allergy and Infectious Diseases; Bethesda, MD. 20892 and shall be inside delivery. FAR provisions and clauses that apply to this acquisition are 52.212-1, Instructions to Offerors ? Commercial Items; FAR 52.212-2, Evaluation ? Commercial Items; FAR 52.212.3, Offeror Representations and Certifications ? Commercial Items; FAR 52.212-4, Contract Terms and Conditions ? Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required Implement Statutes or Executive Orders ? Commercial Items. FAR 52.225, Buy American Act also applies. Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3, Offerors Representations and Certifications ? Commercial Items. The Government intends to make a ?best value buy? from the responsible offeror whose offer is most advantageous to the government. The evaluation criteria will include 1) the technical capability of the item offered to meet the government?s needs, 2) price, 3) warranty considerations and 4) delivery time. Copies of the aforementioned clauses are available upon request by telephone from Mr. Guy Baratte at (301) 594-3419. Offers must be submitted no later than 5:00 P.M., Eastern Daylight Time (EDT), Friday, August 15, 2003 to Mr. Guy R. Baratte. If hand-carrying, deliver to Mr. Baratte at 10401 Fernwood Drive, Room 2NE70D, MSC/4812, Fernwood Building. For delivery through the Postal Service, the address is: NIH/NIAID/AMOB, 10401 Fernwood Drive, Suite 2NE70, Room/2NE70D, MSC/4812, Bethesda, MD 20817-4812. Electronic submission will not be accepted. Requests for information concerning this requirement are to be addressed to Mr. Baratte at (301) 594-3419 or Rosie Owens at (301) 594-3419. Collect calls will not be accepted. All responsible sources may submit an offer that will be considered by this Agency.
 
Place of Performance
Address: National Institute of Health, Bethesda, Maryland
Zip Code: 20892
Country: USA
 
Record
SN00388428-W 20030802/030731213558 (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.