Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2007 FBO #2090
SOLICITATION NOTICE

66 -- LSM 510 META NLO CONFOCAL MICROSCOPE

Notice Date
8/15/2007
 
Notice Type
Solicitation Notice
 
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-NIAAA-07-297
 
Response Due
8/29/2007
 
Archive Date
9/13/2007
 
Description
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-NIAAA-07-297 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 2005-18. The North American Industrial Classification (NAICS) code 334516 with a size standard of 500. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The National Institutes of Health (NIH), National Institute on Alcohol Abuse and Alcoholism (NIAAA) intends to procure of Brand Name or Equal to: Quantity Item Number Item Description 1 1426174K1T000000 LSM#24 META NLO/ARJ561/633 4.2 NLO INTERFACE {can be omitted for NLO READY? system} Includes everything from laser to microscopel - no longer need to get interface kits from laser manufacturer 1 91 1960K1T1000000 For Inverted Microscope NLO DIRECT COUPLING F/INVERTED Mounting Bracket FOR AXIOVERT 200 ONLY 1 0000001152260000 ATTACHMENT SET AXIOVERT F/NLO AXIO OBSERVP ZI FOR LSM 510 V4,2 LSM 510 Mounted on the Side Port 1 4310079901000000 AXIO OBSERVER Zi MOT MICROSCOPE AXIC OBSERVER Zi MOT 1 0000001069227000 MIRROR INSERT VIS FNERT200 1 4300520000000000 Z DRIVE LEFT MANIMOT IMGR/OBSV 1 4245270000000000 NOSEPIECE 6X DIC MOT A-OBSERVR 1 4251590000000000 ADPTR LSM SP LEFTIT6ON SP RGHT 1 4310130000000000 OPTOVAR TURRET 3X MOT 1 0000001071169000 TUBE LENS 1.0 FOR LSM 5 1 4255370000000000 BINOCULAR TUBE F/OBSERVER 1 4329240000000000 EQUIP LASER SAFETY OBSVRJLSM 1 0000001324993000 ADPTR LSM SAFETY LSM-?SKP/IMGR 2 4550449901000000 EYEPIECE W PC 10X123 FOCUSING 2 4448010000000000 FOLDING EYECUP 1 4242440000000000 LD COND 0.55 H/PH MOT 1 4593300000000000 DUST COVER FNERT100/135/200 1 0000001299421000 FASTENING KIT FOR INVERTED FLUORESCENCE EQUIPMENT 1 0000001312878000 CONTACT KIT LASER SAFETY ILLUM 1 4523690000000000 FL ADJUSTING AID SKOP2NERT200 1 4236250000000000 FL SHUTTER Di/Zi F/OBSERVER 1 4236070000000000 FL!HD LIGHT TRAIN MOT OBSERVER 1 4236460000000000 FL IRIS SLIDER/F AXIO OBSERVER 1 4236480000000000 FL ATTENUATOR DISCRETE MOT 1 4249470000000000 FL REF TURRET MOT F/OBSERVER ILLUMINATION SYSTEM 1 2V/1 DOW HALOGEN 1 4230000000000000 LAMPHOUSING 12V 100WW/COLLECT 4 3800799540000000 BULB 12V 100W HAL.SQUARE FJLAM 1 4239230000000000 ILLUM CARRIER TRANS LIGHT LSM Optional Docking Station for TFT 1 4320160000000000 3 PLATE STAGE RL F/OBSERVER 1 4513520000000000 FRAME K UNIVERSAL FLUORESCENCE EQUIPMENT 3 4249310000000000 FL CUBE EC P&C A.-IMAGER 1 4880020000000000 FL FILTER SET 02 EX G 365 1 4880100000000000 FL FILTER SET 10 EX BP450-490 1 4860150000000000 FL FILTER SET 15 EX BP 546/12 Option: LIGHT BAFFLE FOR NLC blocks stray light on sides of stand 1 0000001437370000 LIGHT SHIELD KIT AXIC OBSERVER 1 4203409901000000 EC PLAN NEOFLUAR 10X?0.3 M27 1 4206509901000000 PLAN APO 20X10.8, WD=0,55,.M27 1 EA 4269400000000000 DIC SLIDER ECPN 10,20 & PA2O 1 EA 4269470000000000 DIC SLIDER LCI PN 25 CORR II 1 EA 4408429870000000 LD LCI PLANAPO 25/0.8 MM CORR 3 EA 0000001095168000 INTERM RING W0.8 TO M27, 0MM ACCESSORIES DC 1 EA 0000001121813000 POLARIZER D ROTATABLE 1 EA 4249370000000000 ANALYZER D P&C ACR AXIO IMAGER 1 EA 0000001005867000 DIC PRISM 11/055 FIVERT 200 1 EA 0000001005868000 DIC PRISM 111)0.55 FNERT 200 HBO IlLUMINATOR 1 EA 4230100000000000 LAMPHOUSING HBO 100 1 EA 3803019350000000 BURNERHBO1O3W/2 1 EA 4326049901000000 POWER SUPPLY F/HBO LAMP 1 EA 9107900083000000 MISC LSMACCESSORIES (Required) 1 EA 912037K1T000000 MT/PHY/FRET/FRAP F/4.2 SW PKG 1 EA O12LESCHAMULTRA Chameleon Ultra II The ?equal? item 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: NOTE: 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. 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. 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 August 29 , 2007. The quotation must reference ?Solicitation number? NIH-NIAAA-07-297. 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 765C, Bethesda, Maryland 20817, Attention: Tina Robinson. Faxed copies will not be accepted. In order to receive an award from the NIDDK, contractors must be registered in the Central Contractor Registration (CCR) www.ccr.gov.
 
Record
SN01373215-W 20070817/070815220501 (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.