Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2005 FBO #1384
SOLICITATION NOTICE

66 -- Confocal Microscope

Notice Date
9/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National 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-5030
 
Response Due
9/19/2005
 
Archive Date
10/4/2005
 
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-5030. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05 dated 07/27/05. 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 333314 and the small business size is 500 employees. The Rocky Mountain Laboratories requires a confocal microscope with the following specifications: Confocal microscope system will be completely motorized, including an inverted microscope with an internal Z focus drive and must be completely controllable via software interface with no manually controlled knobs or rods, or filters to put in place manually; system will have at least three (3) computer controlled continuously variable pinholes. The confocal module must have 3 detection channels, one channel must be capable of spectral detection; optical zoom and offset capabilities of 4x or higher. The system must have 488nm (100mW), 594nm (75mW) and 633nm (35mW) lasers for excitation of fluorescent probes. System shall include 10x Plan Neo, 20x Plan Apo, Fluar 40x oil immersion, and 63x Plan Apo Chromat oil immersion objectives with high numerical aperture. System shall be equipped for Epi-fluorescence with filter sets for green, red and far red fluorescence; System must have at least three (3) internal photomultiplier tubes for detection of reflected light and fluorescence signals for maximum sensitivity with a user definable maximum resolution 2048 x 2048, a choice of emission filters will be available in the scan head of the system to allow for epi-fluorescent confocal images to be acquired. Users must have the ability to add filters to this system. System must be able to capture three (3) or more single fluorescence channels simultaneously, and up to 8 channels sequentially. Sequential images must be captured using single laser lines that are user definable and automatically switch able during image acquisition. System must automatically switch filter sets and pinhole size inside of scan head during image/z stack acquisition. System must be able to perform single directional and dual directional scanning in both a line by line and frame by frame mode. System shall include transmission light for Differential Interference Contrast (DIC) imaging together with confocal fluorescence imaging. System shall include all computer equipment necessary for operation of the microscope and lasers and be equipped with integrated imaging and image analysis software for operation of the system, image acquisition (xy, xyz, xyzt, xz, yz, xzt, yzt, xyztlambda), image processing, image annotation, 3-D image reconstruction, orthogonal imaging, time lapse imaging (t), advanced 3-D visual presentation, and physiology measurements of a user definable region of interest for average fluorescence intensity. All software features must be contained in operating software program. System shall include a dust cover, power supply, anti-vibration table and any integral components necessary for operation of the microscope. Quotes shall include on site installation and training, warranty information and pricing for optional extended service contracts. FOB Point shall be Destination, Hamilton, MT. Delivery location is Rocky Mountain Laboratories, 903 South 4th Street, Hamilton, MT. Delivery shall be no later than 120 days ARO. 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; 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; FAR52.246-2 Inspection of Supplies-Fixed Price, and FAR 52.212-3 Offerors Representations and Certifications-Commercial Items. Award will be a Best Value based on: The capability to meet the above stated salient characteristics, delivery, past performance, warranty, and price. Offers may be mailed or faxed to the POC indicated above (Fax - 406-363-9376). Offers must be submitted not later than 4:30 PM (MDST) 09/19/05. In order to be considered for an award, offeror must have completed the Online Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201 (a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Copies of the above-referenced clauses are available from http://www.arnet.gov/far/current/html/52_000_107.html or upon request, either by telephone or fax. All responsible sources may submit an offer that will be considered by this Agency.
 
Place of Performance
Address: Rocky Mountain Laboratories, 903 South 4th Street, Hamilton, MT
Zip Code: 59840
Country: US
 
Record
SN00889926-W 20050910/050908211933 (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.