Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2006 FBO #1727
SOLICITATION NOTICE

66 -- Digital Fluorescent Microcope w/scanning stage

Notice Date
8/17/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Contracts Management Section., 2890 Woodbridge Avenue, Edison, NJ 08837
 
ZIP Code
08837
 
Solicitation Number
RFQ-NY-06-00020
 
Response Due
8/30/2006
 
Archive Date
9/30/2006
 
Description
NAICS Code: 334516 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 and included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation No. RFQ-NY-00020. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-12. The NAICS code for this solicitation is 334516. The size standard is 500 employees. Please include in the quote package a completed form SF1449 which can be found at www.gsa.gov/forms/, required provisions, descriptive literature and a schedule of prices for the following item: Digital Fluorescent Microscope w/scanning stage. The United States Environmental Protection Agency (EPA), Region 2 laboratory has a requirement for a Digital Fluorescent Microscope w/scanning stage that meets the following technical specifications: (1) For maximum efficiency, microscope must permit "one touch" microscopy contrast mode selection and execution for consistent and optimum image quality (to minimize multiple steps to switch in between phases or contrasts); (2) As a minimum, microscope must have the following motorized components: condenser, analyzer/polarizer, DIC turret, field diaphragm, aperture diaphragm, fluorescence shutter, filter turret, and automatic light adjustment; (3) DIC must be fully automated where polarizer, analyzer, and wollaston prisms, are dynamically brought into place for each objective. Bias adjustment must be fully controllable by the operator, yet permit automatic recall; (4) must be capable of automatic phase contrast, brightfield, darkfield, polarized light, and fluorescence microscopy modes; (5) must permit independent use of automated functions, both with and without computer. Computer interface should be based on absolute 2-way communication (rather than relative reference technology); (6) must have satellite controls permitting independent control of microscope and motorized stage; (7) must have highly accurate motorized scanning stage, interfaced with integrated microscope processor, and addressable from independent satellite control. Scanning stage must have "proportional intelligence" capabilities as to provide optimum scanning speed for each objective utilized; (8) must permit optimum control of fluorescence intensity amongst different fluorochromes utilized. System must automatically control, and independently recall relative fluorescence intensity, for each filter cube utilized. (9) must be compatible with existing Leica DFC350FX fluorescence camera and software; (10) software must permit the microscope to automatically be reset to the exact conditions from which a previous image was taken, utilizing same hardware/software for photo documentation or analyst verification procedures. Delivery of the item shall be FOB Destination within 30 days after receipt of order. Delivery, inspection and acceptance will be at the U.S. EPA, 2890 Woodbridge Ave., Bldg. 209, Edison, NJ 08837. Note: Vendors doing business with the Federal Government are required to be registered in the Cental contractor Registration (CCR) database. Registration information can be found at www.ccr.gov. Offerors are allowed to propose more than one instrument(s) that will meet or exceed the technical specifications outlined above. Each system will be evaluated as a separate offer. The EPA intends to issue a purchase order to the responsible offeror, whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. The following factors, in descending order of importance will be used for evaluation purposes: (1)Level of automation of the proposed instrument that provides the most capacity and efficiency in the analytical process; (2)Flexibility of the unit design that leads to more efficient operation; (3)Price. Offerors must provide evidence that clearly demonstrates that the unit can meet or exceed the technical specifications identified above and include descriptive literature to support the claim.. The Federal Acquisition Regulations (FAR) provisions at 52.212-1, Instructions to Offerors?Commercial Items, applies to this acquisition. A completed copy of the provisions at 52.212-3, Offeror Representations and Certifications?Commercial Items, must be included with the offer. FAR clause 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this acquisition. The following additional FAR clauses which are cited in Clause 52.212-5 are applicable to this acquisition: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.225-1, Buy American Act-Supplies: 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR Commercial Buy Clauses can be found at www.epa.gov/oamrtpnc/spclaus/index.htm. All technical questions are to be forwarded via e mail address; lamela.yolanda@epa.gov. Please submit quotations to Yolanda Lamela, U.S. Environmental Protection Agency, 2890 Woodbridge Avenue, Edison, NJ 08837. Quotations are due by August 31, 2006 at 1:00 pm EDT. No telephonic or faxed requests will be honored.
 
Record
SN01118632-W 20060819/060817222223 (fbodaily.com)
 
Source
FedBizOpps 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.