Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2007 FBO #2097
SOLICITATION NOTICE

66 -- High Speed Spinning Disk Confocal Scan Imaging System

Notice Date
8/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NOI7125
 
Response Due
9/5/2007
 
Archive Date
9/20/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined/solicitation, Notice of Intent 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 not being requested and a written solicitation will not be issued. The solicitation number for this acquisition is NOI17125, and the solicitation is being issued as a Notice of Intent. This solicitation document and its incorporated provisions are those in effect through the Federal Acquisition Circular (FAC 2005-18). This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a small business set aside. The National Institute of Allergy and Infectious Disease (NIAID) intends to procure an order from Solamere Technology Group for a High Speed Spinning Disk Confocal Scan Imaging System. The purpose of this requirement is to obtain a Spinning Disk Confocal that has the capability to support high speed confocal imaging systems combined with TIRF and epi-fluorescent applications. The item will contain (1) a high speed spinning disc confocal scan head that can be attached to a c-mount video port of a microscope via an adapter. The scanhead should contain 2 pre-installed dichroics capable of handling two sets of laser illuminations (405,488,568,647 nms and 442,514,647 nms), (2) an 8 position filter wheel with controller for attachment to the spinning disc confocal, (3) A laser system consisting of 5 lasers i) an argon ion gas laser delivering 300mW of 458,488 and 514 nms wavelengths ii) solid state 405 nm laser at 50 mW, iii) solid state 440 nm laser at 45 mW iv) solid state 561 nm laser at 50 mW v) solid state 640 nm laser at 40 mW. These lasers will be critically aligned via a system of optics so that they can be delivered to a dual single mode fiber system. One fiber will be used for TIRF illumination and the other for confocal illumination. By the use of an Acoustic Optic Tunable Filter (AOTF), individual laser lines will be selectable and their intensities controlled, 4) A camera for the spinning disc confocal will be supplied that is capable of high speed low light imaging using intensifier technology. The camera will have 12 bit resolution and will be capable of imaging 1400X1024 pixels at 30 frames per second. Frame grabber cards for this camera will also be provided. 5) Software for controlling this camera and achieving high speed confocal imaging will be provided. 6) An arc lamp light source is also provided, 7) Installation and training that will happen over a period of two days will be provided at the government request, 8) Standard warranty will apply. The North American Industry Classification System (NIACS) Code for this acquisition is 541990, and the small-business size standard is $6.5 million dollars. This is a firm fixed-price contract and the FOB terms are (Destination) and Net 30. FAR provisions and clauses that apply to this acquisition: FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items; FAR 52.225-1, Buy American Act-Supplies; FAR 52.204-7, Central Contractor Registration; and FAR 32.703-2, Availability of Funds, FAR 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at www.ccr.gov/ prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation [Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award.] Offers must be submitted no later than 5:00 P.M. Eastern Daylight Time on Wednesday, September 5, 2007. For delivery of responses through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Suite 2NE70, Room 2NE22B, MSC/2811 Bethesda, Maryland 20892-4812. E-mail and Fax submissions are not authorized. Requests for information concerning this requirement must be submitted in writing, and can be faxed to 301-480-0469, or e-mailed to cadams@niaid.nih.gov. It is the vendors responsibility to confirm receipt of all quotations and/or questions by the closing date of this announcement by contacting Candace Adams at 301-402-5770. Collect calls will not be accepted.
 
Place of Performance
Address: National Institutes of Health, NIAID, Bethesda, MD
Zip Code: 20892
Country: UNITED STATES
 
Record
SN01380837-W 20070824/070822220623 (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.