Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2007 FBO #1909
SOLICITATION NOTICE

66 -- Analytical Laboratory Instrument

Notice Date
2/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, MD, 20892-7902, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NHLBI-PB-(HL)-2007-079-DDC
 
Response Due
3/2/2007
 
Archive Date
3/17/2007
 
Description
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-PB(HL)-2007-079-DDC, 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 05-10. The North American Industry Classification System (NAICS) is 334516, and size standard 500 employees are used for this requirement. This is a small business set-aside for this 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 (NHLBI) Office of Acquisition (OA), intends to purchase a Regeneratively Amplified Ti: Sapphire Pumped Optical Parametric Amplifier (OPA) Laser System. The government?s estimated delivery is 90 days after receipt of order. The government intends to purchase a Regeneratively Amplified Ti: Sapphire Pumped Optical Parametric Amplifier Laser System. The system will be used as a pulse excitation laser source for time-resolved optical measurements including excited-state fluorescence and absorption kinetics. The system shall provide a tunable wavelength range from 290-2600nm that will allow the Laboratory of Molecular Biophysics (LMB) to utilize unlimited variety of fluorescent compounds for studies of protein-protein and protein-membrane interactions. The laser system shall also have the capabilities to deliver ultra fast (<150fs) high energy pules (>10 J) at tunable repetition rate (250 Hz to 2 kHz) which will allow the LMB to conduct experiments with minimal amounts of materials and study biomolecule conformational dynamics ranging from picoseconds to milliseconds. The system shall be a fully integrated laser system including an oscillator, pump laser and amplifier as well as complete control of important functions and user friendly touchscreen controller. The systems shall include both a status information and laser performance monitor for availability for control of the laser parameters. The laser system shall be hydrothermally stabilized to 0.1 ?C to insure drift-free operation over long period of time. This laser system shall be engineered as a turn-key system for reliability as to minimize realignment during daily operation. The femtosecond oscillator laser is required to have no less than five (5) year warranty or 40,000 hours which ever occurs first. The provisions of FAR Clause 52.212-1, Instructions to Offeror-Commercial Items, apply 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 required products and delivery period in this synopsis. The award will be made to the lowest price, technically acceptable quote meeting the Government?s requirements. The offerors must submit written descriptive literature of the product in their proposal, an itemized price list and warranties of the product quoted. The Government intends to evaluate offerors and award a contract without discussions with Offerors. Therefore, the initial offer should contain the offerors 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, the list price, Installation, shipping and 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 be registered in the Government Contractor Registry System, available at 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. Responses to this announcement, referencing synopsis number ?NHBLI-PB-(HL)-2007-079-DDC? may be submitted to the National, Heart, Lung and Blood Institute, Office of Acquisition Division of Extramural Research Activities (DERA) , Procurement Branch, 6701 Rockledge Drive, Suite 6042, Bethesda, MD 20892-7902, Attention: Deborah Coulter. Fax quotations will only be accepted if dated and signed by an authorized company representative.
 
Place of Performance
Address: Bethesda, MD
Zip Code: 20892-7902
Country: UNITED STATES
 
Record
SN01232741-W 20070217/070215220334 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.