Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2007 FBO #2056
SOLICITATION NOTICE

66 -- OLYMPUS MODEL BX61WI CUSTOM MOTORIZED RESEARCH MICROSCOPE

Notice Date
7/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SB1341-07-RQ-0319
 
Response Due
7/23/2007
 
Archive Date
8/7/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 13.5, Test Program for Certain Commercial Items as supplemented with additional information included in this notice. This solicitation seeks quotes for NEW equipment ONLY. The Government will not consider quotes for refurbished equipment. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is SB1341-07-RQ-0319; the solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 2005-17. This solicitation is being conducted on a competitive small business set-aside basis among (a) original equipment manufactures that are small under NAICS 334516 and manufacture the required system in the USA or its outlying areas and (b) authorized resellers that are small under NAICS 334516 that sell systems manufactured in the USA or its outlying areas by one or more US small businesses. The North American Industrial Classification System (NAICS) code for this solicitation is 334516, and the size standard is 500 employees. (For size standards go to: htttp://www.census.gov/epcd/www/naics.html) MINIMUM REQUIREMENTS FOR THE OLYMPUS MICROSCOPE BEING PROCURED: The list of contract line item numbers, their descriptions, the related quantity of each, and the unit of measure of each for this solicitation are as follows: CLIN 0001, BRAND NAME ONLY: Olympus Model BX61WI Custom Motorized Research Microscope; Unit of Measure, Each. Quantity Unit Description 1 ea BX-UCB; Universal Controller for Motorized Components 1 ea U-RMT; Extension Cable for Halogen Lamp house, 2M 1 ea U-LH100L-3; 12V/100W Halogen lamp house, 0.8M Long cord 2 ea JC12V100WHAL-L; 12V 100W halogen bulb 1 ea UYCP-11; US Style 3-Prong Power Cord 2 ea WI-ARMAD; Raising Adapter for Illuminator with WI-NPA 1 ea BX-RFAA; Fluorescence Illuminator, 6-Cube Turret, Motorized 1 ea U-25LBD; Daylight blue filter slider 1 ea U-MBF3; BX51 Brightfield Mirror Cube 1 ea U-DP; Dual Port intermediate tube, accepts mirror cube 1 ea U-DP1XC; 1X camera adapter for U-DP, with C-mountIf 2 ea WHN10X; 10X Eyepiece for BX, IXHI Eyepoint, RET Shelf, FN:22 1 ea U-TV1X-2 CCD Camera Adapter, 1X, requires camera mount 1 ea U-CMAD3; C-mount Camera adapter 1 ea WI-NPA; Focusing arm for nosepiece on BX51WIF and BX62WIF 1 ea WI-SNPXLU2; Single nosepiece for XLUMPLFL20XW (Super 20), with new type 2 DIC prism pocket, M28 thread size. Requires nosepiece attachment arm (U-R1000) 1 ea BX61WIF BX61WIF; Microscope frame for fixed stage, internal Z Motor, MMC 1 ea U-ZPCB; Z-Drive Control Board for U0UCB, for BX61/62TRF 1 ea Serial Cable 1 ea BX2BSW-3; Software for Automated Microscope Control 1 ea 21010; Silver Mirror Cube Enhanced, R=400-850NM, Incl Cube 1 ea U-TR30NIR; Trinocular Observation Tube, 100:80:20, 0:100% IR Improved 1 ea MMTP-3000-50; Scientifica Motorized Moveable Top Plate, English 1 ea XLUMPLFL20XW; 20 X Universal Objective, water immersion, NA 0.95, WD 2mm The system offered for CLIN 0001 must meet or exceed the following salient characteristics to be considered technically acceptable: One component of the mission of the United States Department of Commerce (DOC), National Institute of Standards and Technology (NIST), Materials Science and Engineering Laboratory (MSEL), Polymers Division (PD), Biomaterials Group (BG) is to develop methods for noninvasive imaging of biological systems. NIST MSEL PD BG requires an upright, optical microscope to be used as an integral part of a unique high speed, 2 channel optical coherence and two photon fluorescence microscope that will be used for in-situ, non-invasive studies of cell growth and tissue generation in tissue scaffolds for regenerative medicine. Specifications: There are several technical requirements that are crucial to this instrument: 1. The choice of microscope objective is critical for this application. Because two-photon excitation is occurring, the objective should have a 20X magnification, high numerical aperture >0.90, and be water immersion for biological systems. To maximize signal, light transmission should be at least 50% the entire range from (500 to 1000) nm and a chart of percent transmission versus wavelength in this range must be provided. Because we will be imaging three dimensional samples with thicknesses greater than 1 mm, a large working distance (>1.5 mm) is required. An imaging bioreactor will be used, and a cover slip correction of #1.5 (0.17) mm is needed to be compatible with the bioreactor window. The field of view should be large, having a field number of at least 20. The objective must be infinity corrected to be compatible with the optical train design. 2. The microscope shall be upright and the x,y stages (having at least 50 mm travel) will carry a maximum 8 lb load. Therefore, the objective will be mounted to the z stage to provide vertical translation of the focus. The z stage will have a 25 mm travel and have a resolution of greater than 20 nm and a maximum velocity of 3 mm/s. 3. The intensity of the near infrared (NIR) beam going into the microscope is being modulated by an interferometer. This requires that the beam be introduced as close to the objective as possible and not through a conventional port on the microscope housing. The port for introducing the NIR beam shall be no more than 20 mm from the back aperture of the objective. Also, there shall be 18 to 20 mm clearance between the top of the objective z stage and the rest of the microscope housing for mounting of additional optics for beam steering. 4. Because of requirements 2 and 3, there will be a gap between the top of the objective z stage and the rest of the microscope housing. 5. The microscope must have the following five ports: a. An intermediate type dual port for mounting the eyepiece, charge coupled device (CCD) video camera and photomultiplier (PMT) tube. b. A port for halogen illumination on the back of the housing. c. One for NIR beam in and out as described in requirement 3. CLIN 0002, Installation and Acceptance Testing of CLIN 0001 at NIST; Quantity: 1; Unit: Job. CLIN 0003, On-Site Training for Up to Three NIST Personnel for Normal Use of CLIN 0001; Quantity: 1; Unit: Job. INSTALLATION AND ACCEPTANCE TESTING REQUIREMENTS FOR CLIN 0001: The Contractor must install the system and perform acceptance testing on the Olympus Model BX61WI Custom Motorized Research Microscope. Installation and acceptance testing shall occur within seven (7) days after the system is received by NIST Shipping and Receiving. This acceptance testing must be performed in the presence of the Contracting Officer Technical Representative (COTR) to verify that all installed items are fully operational and operate as intended by the original equipment manufacturer. Training: Within two (2) weeks after the Contractor delivers Item No. 0001, the Contractor shall begin NIST On-Site training on the use of the Microscope, and the exact date for training shall be agreed upon between the Contractor and the Contracting Officer Technical Representative (COTR). On-Site (at NIST) training for up to three NIST personnel for normal use of the instrument shall include: set-up of instrument, use of the instrument, hardware and software, alignment/calibration procedures, safety procedures, and maintenance of system. The Offeror shall include, in their quotation, any additional equipment and/or software, with associated pricing, that would be required to efficiently operate the Microscope features offered for CLIN 0001 if they are not explicitly stated in the specifications for Item No. 0001. Manuals: The delivered items must include all manuals, schematics, and mechanical drawings, necessary to operate and maintain them. *** DELIVERY SHALL BE F.O.B. DESTINATION to the National Institute of Standards and Technology (NIST), 100 Bureau Drive, Building 301 Shipping and Receiving, Gaithersburg, MD 20899-0001. The provision at FAR 52.212-1, Instructions to Offerors - Commercial items, applies to this solicitation. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial items, applies to this acquisition. The aforementioned FAR provisions cited in FAR 52.212-5 apply to this solicitation: 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.222-37; 52.225-3; 52.225-13; and 52.232-33. The following additional clauses apply to this solicitation: 52.204-7 and 52.211-6. (Full text of clauses is accessible at http://www.arnet.gov/far). INSTRUCTIONS FOR SUBMITTING A QUOTE: Quotations must be submitted by email only in .doc, .xls and/or .pdf format(s) to myrsonia.lutz@nist.gov Quotations shall be valid for 30 days and MUST include the following MANDATORY INFORMATION: OFFERS WILL BE CONSIDERED FROM ORIGINAL EQUIPMENT MANUFACTURERS OR THEIR AUTHORIZED RESELLERS ONLY. (1) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, with its offer. This provision, as well as all other FAR clauses, is accessible on the Internet at: http://www.acqnet.gov/far under Current FAR in either .html format or .pdf format. (2) Detailed performance specifications, drawings of the outer dimensions, and other relevant technical information for the offered system. The drawings shall show at least all dimensions that pertain to performance specifications. (3) A minimum of three (3) past performance references for similar contracts/orders completed within the past 3 years, to include the name of the customer organization, a named point of contact in that organization that is familiar with the contract/order from a technical or contractual standpoint, their phone number, their email address, and their fax number. (4) Warranty information, including both duration of warranty and nature of the warranty (the Government requires that the standard commercial warranty be offered for items being quoted for this solicitation; extended warranty may be offered, and, if offered, it must be priced separately in the quotation). Include detailed information regarding how warranty service would be provided, if necessary, by the contractor after award, including, at a minimum, responses to the following: (a) whether the item would have to be shipped by NIST to the Contractor or whether the Contractor would perform on-site (at NIST) warranty service; (b) If the item would have to be shipped to the contractor, the location(s) (city, state, country, etc.) to where it would have to be shipped for warranty service; (c) If the item would have to be shipped to the Contractor, who would pay for the shipping costs (NIST or the Contractor); and (d) Current availability and location(s) of spare/replacement parts for Item Number 0001; (5) An estimated time of delivery after receipt of order. (6) Technical Service Support Information EVALUATION FACTORS FOR AWARD: Award will be made using Simplified Acquisition Procedures under FAR Subpart 13.5, Test Program for Certain Commercial Items. The provision at FAR 52.212-2, Evaluation--Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: (1) Past performance information for the Offeror; (2) Technical Services Support: 24x7 (3) Duration and nature of warranty offered, ease of obtaining timely warranty service for Item Number 0001; (4) Availability of spare/replacement parts; (5) Technical acceptability of item offered, in terms of whether it meets or exceeds the minimum specifications for this solicitation; (6) Estimated delivery date; and (7) Evaluated price. Non-price evaluation factors (1), (2), (3), (4), (5) and (6) are approximately equally important, and collectively, are approximately equally important to the evaluated price. The Contractor shall assemble the items being sold to NIST before they delivered to NIST Shipping and Receiving. A Firm-Fixed-Price purchase order shall be awarded to the responsible offeror whose offer, conforming to the solicitation, is determined to be most advantageous to the Government, evaluated price and other factors considered. To be eligible for award, an offeror must be registered in the Central Contractor Registration (CCR). Information on CCR registration procedures may be obtained at http://www.ccr.gov. In order to complete CCR registration, a DUNS number is required. To obtain a DUNS Number, contact Dun & Bradstreet, Inc., at 1-866-705-5711 or 610-882-7000. Questions regarding this solicitation must be sent by EMAIL ONLY to myrsonia.lutz@nist.gov. Any amendments to this solicitation will be posted at www.fedbizopps.gov only and will not be released by other means to potential Offerors. NOTE: PAYMENT FOR ITEMS IN THE RESULTANT PURCHASE ORDER WILL ONLY BE MADE AFTER RECEIPT AND ACCEPTANCE BY THE GOVERNMENT. (ADVANCE PAYMENTS WILL NOT BE AUTHORIZED BEFORE NIST ACCEPTS THE EQUIPMENT.) OFFERS MUST BE SUBMITTED BY EMAIL ONLY IN .doc, .xls AND/OR .pdf FORMAT(S) TO MYRSONIA.LUTZ@NIST.GOV NO LATER THAN JULY 23, 2007. OFFERS MUST BE RECEIVED AT THAT EMAIL ADDESS NO LATER THAN 3:00:00 P.M. EASTERN TIME.
 
Record
SN01340423-W 20070714/070712220624 (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.