Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2005 FBO #1280
SOLICITATION NOTICE

66 -- Vashaw Scientific Brand Cryo Epic System

Notice Date
5/27/2005
 
Notice Type
Solicitation Notice
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung, and Blood Institute, Contracts Operations Branch 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, MD, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-PS-2005-098-DDC
 
Response Due
6/10/2005
 
Archive Date
6/25/2005
 
Description
17. This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is NHLBI -PS-2005-098, and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2001-27. The North American Industry Classification (NAICS) Code is 333314 and the Employee Size is 500 for this requirement. This is a small business set-aside requirement. This acquisition is being conducted under simplified acquisition procedures in accordance with the provisions of FAR Part 13. The National Heart, Lung, and Blood Institute intends to purchase, a Cryo-Epic System from Vashaw Scientific, Inc. Vashaw Scientific Inc?s equipment was originally purchased to set up the first episcopic fluorescence image capturing (EFIC) system, given the unique requirements of this project, and the complete custom design and engineering required to develop this novel imaging and tissue collection system, it is therefore, in the governments best interest to continue with Vashaw Scientific for the development of the system integration phases of the requirement. The items required for the Phase 1 system integration are: (1) Product # VSl.100.015, Cryo-Episcopic Fluorescence Image Capture (EFIC) System including the necessary modifications and enhancements to the Leica CM 3500 Cryomicrotome, Leica MZ 16 FA Sterecfluorescence Microscope and related imaging components to duplicate operational functionality of existing SM 2500-based system. (2) Product #VSl.100.016, Monocharomator Exitation System, which includes Till exitation monochromator and emission filter wheel. (3) Product #VSl.100.018, Cryo-Episcopic Fluorescence Image Capture (EFIC) System. The items required for the Phase 2 system integration are: the necessary modifications, enhancements and control processes, of an existing Leica CM 3500 Cryomicrotome and related optical and electronic imaging components to establish proof-of-concept and deliver a functioning prototype of a robotic facility to automatically capture RNA material from a freshly cut cryomicrotomy block face. The Government?s anticipated delivery date is forty-five (45) calendar days after receipt of order. The delivery and acceptance F.O.B. Point is Bethesda, Maryland. The provisions of FAR Clause 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The provisions of FAR Clause 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The evaluation procedure is based upon the technical specifications of the product and delivery period. The award will be made to the lowest priced, technically acceptable quote meeting the Government?s requirements. The quoter must submit an itemized price list. The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the initial offer should contain the offeror?s best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action and waive informalities and minor irregularities in offers received. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The addenda to the clause read as follows: The offeror must include in their quotation, the unit price, commercial price, shipping & handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The Offeror must also register in the Government?s Contractor Registry System. Note: http://www.ccr.gov. The FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation For Simplified Acquisitions, applies to this acquisition. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the items specified in this synopsis should submit two (2) copies of the quotation to the below address. The quotation must reference ?Solicitation number? NHLBI-PS-2005-098-DDC. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Heart, Lung, and Blood Institute, Contracts Operations Branch, Procurement Section, 6701 Rockledge Drive, Bethesda, MD 20814-7902, Attention: Deborah Coulter. Fax quotations will only be accepted if dated and signed by an authorized company representative. 18. Bethesda, Maryland!!
 
Place of Performance
Address: Bethesda, Maryland
Zip Code: 20879
Country: USA
 
Record
SN00817541-W 20050529/050528093104 (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.