Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2007 FBO #2092
MODIFICATION

66 -- MICROMAX-007HF ANODE X-RAY GENERATOR

Notice Date
8/17/2007
 
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-07-331
 
Response Due
8/31/2007
 
Archive Date
9/15/2007
 
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-NIDDK-07-331 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 Industry Classification (NAICS) Code is 334516 and the business size standard is 500 employees. However, this is not a set aside for small business. 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 the following Rigaku Americas products: Part # Description QTY GEN-MM007HF MicroMax-007HF Microfocus Rotating Anode X-ray generator?with a)electron focal spot size not larger than 70micron X700 microns; b) shall allow 1.2kW load on the electron focus; c) shall be direct-drive X-ray generator; d)shall be equipped with automatic electron focus (bias) control. The tube tower position shall be variable on the generator table to be able to accommodate future optics upgrades. 1 CON007-VMCU2-R VariMax-HR X-ray Optical system?a)shall be multilayer, adjustable aperture; b) shall deliver at least 5x10 10 (5x10^10) X-ray photons/mm2 x seconds flux density through a 0.1mm crystal size aperture at the crystal position at not larger than 3.2 mrad beam divergence. The brilliance of the delivered beam should be at least 4.88 x 109 (4.88x10^9) X-ray photons/mm2 x sec x mrad2. The delivered beam intensity shall not vary more than 5% after system equilibration. Brilliance value and stability must be experimentally verified after installation for acceptance. 4364F501 MicroMax-007HF Direct Drive Rotating Anode Assembly, Cu target 1 RAG-4894A111 Filaments- shall be pre-aligned in a cassette and pre-crystallized. 1 MM7-TABLE08W MicroMax Mounting Table for Right Port 1 TTOWER00 7-375KIT Tube Tower Spacer 1 HAS-PENDING Haskris Refrigerated Heat Exchanger 1 SOFT/SS/U TIL/AC X-Ray Generator Control Software 1 X-ray shutter system supplied with generator shall be compatible and work with the interlock system of the existing radiation enclosure. X-ray shutter system shall be such that the mid point of the optics is not more than 140mm from the source. Need assurance that x-ray shutter will not open when user is inside the enclosure. The quotation shall include the de-installation and removal of an existing RU200 X-ray generator. The quotation shall include the de-installation and re-installation on the new X-ray generator of an existing Raxis IV (S/N VD2616N) X-ray detector and inverted phi goniostat assembly. The quotation shall also include the de-installation and re-installation of an existing 2-theta sled assembly so that in the final configuration it allows +/- 15 degrees 2-theta motion. 1 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 equally evaluate offers: Technical Evaluation, Price, and Past Performance; 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 Program Manager?s Name and Telephone Number 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. 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 August 31, 2007. The quotation must reference ?Solicitation number? NIH-NIDDK-07-331. 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
SN01376205-W 20070819/070817220630 (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.