Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2007 FBO #2055
MODIFICATION

66 -- YOKOGAWA CSU10 SPINNING DISK CONFOCAL HEAD

Notice Date
7/11/2007
 
Notice Type
Modification
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Nat'l Institute of Diabetes, Digestive, & Kidney Diseases, 2 Democracy Plaza, Suite 700W 6707 Democracy Blvd., MSC 5455, Bethesda, MD, 20892-5455, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NIH-NIDDK-07-203
 
Response Due
7/19/2007
 
Archive Date
8/3/2007
 
Description
MODIFICATION TO THE FOLLOWING: NEW RESPONSE DATE: JULY 19, 2007 ITEM DESCRIPTIONS WERE INACCURATE AND HAVE BEEN CORRECTED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NIH-NIDDK-07-203 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 2005-17. The North American Industry Classification (NAICS) Code is 334516 and the business size standard is 500 employees. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The National Institutes of Health (NIH), National Institute of Digestive, Diabetes & Kidney Diseases (NIDDK) intends to procure the following items: Brand Name or Equal to: Item # QTY Description I36350 1 Yokogawa CSU10 Spinning Confocal Head I39010 1 CSU-10 Remote Speed Control I37510 1 Head Fibre and Modification I37480 1 440/491/561/650 Unmounted I37670 1 New CSU10 Dichroic Holder-No Field Lens I37500 1 Dichroic For CSU10 I37780 1 Armoured PM Fibre for Yokogawa I37520 1 Filter Wheel Holder with Lens & One Plate I37750 1 LMM-05 I37940 1 491-25W Cobalt I38150 1 655-40MW Crystal I20480 1 Mac 5000 DC Controller I25590 1 Filter Wheel, 25MM 6 Pos, Emission DC Motor I39250 1 DAP I EM Filter HQ 455/50 Blocking 405 I36480 1 GFP EM Filter 525/50 Blocking I39240 1 YFP EM Filter HQ 545/50 Blocking 491 I12790 1 CFP/YFP I36490 1 Rhod EM Filter Short 590/50 Blocking 561 I39230 1 EM Filter Short HQ 695/50 Blocking 655 I38170 1 Dichroic For FRAP Reflects 488/Trans 405-73 I37370 1 Volocity Spinning Disk Confocal-3 Volocity Lic?s I38760 1 C9100-12 Back Thinned EM CCD Camera I37630 1 High Resolution 1.5X Tube I37610 1 Microscope Mount for High Resolution Tube I32920 1 Improvision Acquisition Hub I33600 1 Bioprecision 2 Stage (120MMX100MM) I35290 1 Mac5000 Piezo Z Module I35280 1 Ludl Piezo Z Insert, 200 Micron Travel I21520 1 Joystick XYZ I39070 1 LUDL Adj insert for Piezo Z stage I20510 1 Mac 5000 motor controller/drive I20560 1 Focus drive microstp I21100 1 Focus drive Standard I21160 1 focus drive linear encoder upgrade I21300 1 limit/encoder bracket I18910 1 system installation I18940 1 local training & integration w/custom automation I23350 1 imaging system shipping and handling I37840 1 405-50mW Crystal I38120 1 561-25mW Cobalt The ?equal? items must meet the characteristics of the brand name item to be acceptable for award. Basis for Award: Offerors must provide descriptive literature or other material that demonstrates their offer meets the forgoing requirements. The contract will be awarded to the responsible offeror whose offer fully meets the requirements of the solicitation, provides the best value, with price and technical factors equally important in award evaluation. The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors ? Commercial; 2) FAR Clause 52.212-2, Evaluation ? Commercial Items. As stated in FAR Clause 52.212-2 (a), ?The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.? The following factors shall be used to evaluate offers: Technical Evaluation, Price, and Past Performance; 3) FAR Clause 52.212-3, Offeror Representations and Certifications ? Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders ? Commercial Items, Contract Terms and Conditions ? Commercial Items; and 5) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items ? Deviation for Simplified Acquisitions. Vendors must submit a listing of the most recent contracts/awards (minimum of 3) in which similar apparatus or equipment was purchased. Contracts/awards may include those entered within the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract: 1. Name of Contracting Organization, 2. Contract Number (for subcontracts provide the prime contract number and the subcontract number, 3. Contract Type, 4. Total Contract Value, 5. Description of Requirement to include Statement of Work, 6. Contracting Officer?s Name and Telephone Number, and 7. Program Manager?s Name and Telephone Number. * If past performance questionnaire is available, please submit. This notice of intent is not a request for competitive quotations however; all responses received within 15 days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. The offeror must include in their quotation, the unit price, the list price, 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 clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Quotations will be due fifteen (15) calendar days from the publication date of this synopsis on July 19, 2007. The quotation must reference ?Solicitation number? NIH-NIDDK-07-203. 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 Institute of Diabetes and Digestive and Kidney Diseases 6707 Democracy Blvd., Room 774B, Bethesda, Maryland 20817, Attention: V. Lynn Griffin. Faxed copies will not be accepted.
 
Record
SN01339170-W 20070713/070711220713 (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.