Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2007 FBO #2098
SOLICITATION NOTICE

66 -- Comparison Microscope

Notice Date
8/23/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, National Acquisition Center, 6650 Telecom Drive Intech Two, Suite 100, Indianapolis, IN, 46278, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SW20030404
 
Response Due
8/30/2007
 
Archive Date
9/14/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation, Subpart 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. (ii) The solicitation number is SWPR20030404. The solicitation is issued as a Request for Quote (RFQ) incorporating provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18, dated June 30, 2007. The North American Industry Classification System (NAICS) code is 333314, for which the size standard is 500 employees. DESCRIPTION: Contractor shall provide a comparison microscope to examine forensic trace evidence such as fibers, glass, hair, surfaces or cross sections of paint layers, plant parts and dust or dirt particles. The microscope shall meet the following minimum requirements: a) 1 ea Comparison bridge designed with high quality optics providing color balance with an erect unreversed image with at least a 22mm field of view and with images that may be viewed as 100 percent right, 100 percent left, split or superimposed. The split-image dividing line shall be adjustable from no line to the user?s desired line width. Shall allow superimposed image to be of any strip width to full superimpose; b) 1 ea Tilting observation tube; c) 1 ea Widefield 10X focusing eyepiece, high eyepoint, 30mm diameter; with shelf for F=24mm t=1.5mm reticle; d) 1 ea Widefield 10 X focusing eyepiece, high eyepoint, 30mm diameter; with shelf for F=24mm t+1.5mm reticle; e) 1 ea Minimum 24mm diameter micro disc cross 100mm/100, X; f) 2 ea rigid cast aluminum microscope frames with light illumination arm to include front mounted intensity control dial, coaxial coarse and fine focus controls graduated to one micron, one fine focus extension knob-exchangeable left to right side, DC power voltage indicator lights NiChrome plated steel rack and pinion focus gears, 1 micron sensitivity, 25mm focus stroke at 0.1mm per fine rotation, 17.8mm per coarse rotation, with coarse focus tension adjustment and adjustable focus stop. Shall include connection for one 12v/100W halogen lamphouse; input voltage 100v-240v, shall be automatically detected; shall have a dovetail stage holder and condenser mount with centering screws, built-in 4 filter cassette shall include to daylight blue, 6 percent and 25 percent transmission neutral density filters, and 4th position open for optional 45mm filters. Shall include user manual and immersion oil; g) 2 ea Sextuple revolving nosepieces with slider slot and two centerable objective positions. Shall have inward-facing, ball-bearing rotation, RMS standard objective mount thread. Shall have 45 degree accessory slot for compensator adapter or DIC sliders, to include blank slider with mount for simple analyzer. Shall also include a slide spacer for use with oil immersion objectives; h) 2 ea Universal plan Fluorite 4X Polarized light strain-free objectives, infinity corrected, RMS thread, FN 26.5, NA 0.13, WD 16.5mm; i) 2 ea Universal plan Fluorite 10X Polarized light strain-free objectives, infinity corrected, RMS thread, FN 26.5, NA 0.30, WD 10.10mm; j) 2 ea Universal plan Fluorite 20X Polarized light strain-free objectives, infinity corrected, RMS thread, FN 26.5, NA 0.50, WD 1.60mm, spring loaded; k) 2 ea Universal plan Fluorite 40X Polarized light strain-free objectives, infinity corrected, RMS thread, FN 26.5, NA 0.75, WD .51mm, spring loaded; l) 2 ea 60X ACH FLAT OBJECTIVES IC; m) 2 ea Circular rotating stages, rotating on ball-bearing track, 170mm diameter minimum, with vernier reading to 0.1 degree and stage lock, built-in centering screws, stage insert with 22mm diameter aperture; n) 2 ea Attachable mechanical stages for circular stages for 1 inch by 3 inch or one inch by one and one half inch slides; o) 2 ea Polarizing condensers, strain-free lens design for Polarized light observation, swing-out top lens to allow illumination for 2X - 100X objectives, shall include rotatable polarizer, graduated 360 degrees, locking with fine adjustment of zero position; p) 2 ea Analyzers for reflected/fluorescence illumination; shall mount in slider slot of all reflected/fluorescence illuminators; q) 2 ea Universal reflected light attachments, which include dovetail mount for nosepiece; cube position indicated by self-luminous labels which shall be included; filter turret rotation click-stop adjustable from strong to zero click; built-in aperture and field diaphragms, pre-focused and centerable; Shall include two 32 x 7 mm slots for filter sliders; one in the Epi-illumination path for a polarizer; ND or colored filter slider and one in the imaging path for an analyzer or colored filter slider; all filter slots shall extend completely through illuminator housing and have a shutter control knob located on front of illuminator while being capable of using all fluorescence and reflected light illumination, singly or in combination with any transmitted light illumination; r) 2 ea 100 watt mercury lamphouses, complete with socket for 100 watt mercury burner and aspherical collector lens. Socket and reflecting mirror shall both be centerable and focusable; s) 2 ea power supply for 100w mercury lamphouse with combined on/off and starter switch; pilot light; elapsed burning time meter; includes power cords; t) 3 ea 100 watt mercury burners, 200 hour; u) 2 ea Fl-Cubes DAPI Hoechst/ AMAC ex360, bs400 em460; v) 2 ea Fl-Cubes, FITC/EGFP FLUO 3/DIO ACRADINE ORANGE (+RNA); w) 2 ea TRITO/Rhodamine/DIL filter sets; x) 2 ea FL-Cubes DAPI/FITC/TRITC OR CY3; y) 2 ea Adapters for fiber bundle to collector lens to stand; z) 2 ea Collector lenses; aa) 1 ea Randomized, calibrated, bifurcated fiber optic light guides; bb) 1 ea Ace fiber optic illuminator EKE 150 watt bulb; cc) 1 ea EKE bulb. 21v 150 watt bulb; dd) 1 ea Binocular observation tube, 30 degree eyepiece inclination FN 22 capable; Siedntopf-type dust-free design. Shall accept 30mm diameter WH series eyepieces and have high transmission coated prism; antifungal treatment. Shall have graduated interpupillary distance adjustment 50mm-76mm; left eyepiece tube with plus or minus 5 diopter control. ee) 1 ea Widefield 10X eyepiece for UIS optics, FN22 with holder for 24mm diameter reticle; ff) 1 ea Widefield 10 X eyepiece for UIS optics, high eyepoint, FN22 30mm diameter, with shelf for 24mm reticle; gg) 2 ea Wave plates- U-TAD; compensator adapter; fits in nosepiece DIC slider slot, accepts 6mm x 20mm DIN standard compensators. hh) 2 ea Wave plates, first order red (gypsum plate, sensitive tint plate) in DIN standard 6mm x 20mm slider, to provide 1 lambda retardation at 530mm. ii) 2 ea Quarter wave plates (mica plate) in DIN standard 5mm x 20mm slider, to provide ? lambda retardation at 137mm. jj) 2 ea Quartz wedge, 1-4 lambda, DIIN standard 6mm x 20mm. kk) 2 ea Senarmont compensator, quarter wave plate in sub-parallel position, in DIN standard 6mm x 20mm slider, 1 lambda measuring range for use with rotatable analyzer; ll) 1 ea Color digital camera with 1/1.8? (9mm diagonal) progressive scan CCD sensor (1600 x 1200, 7.04um x 5.28um pixels), control panel, camera cable USB@ cable, DP20-DRV download software, 45 HA2 conversion filter for 30w halogen lamps, and AC adapter; features include ISO sensitivity 100/200/400, average or spot measurement metering (30 percent/2.5 percent), auto-manual, AE lock, exposure adjustment in 1/3 stops, live image display of 15 frames per second at full resolution, digital zoom 1X/2X/4X, imprintable scale bar (memory for 7 magnification calibrations), measurement tools (circle diameter, circle area, distance between centers of two circles), and USB2 computer interface for transfer of image files to PC using DP20-DRV software; power cord; mm) 1 ea 0.5X C-Mount adapter for BX, BX2, and IX2 for use with 2/3 inch format or smaller, sensors; nn) 1 ea Minimum 2GB Compact Flash memory card; oo) 1 ea Minimum 20? flat panel monitor with high pixel count; pp) On-site training for the examiner on the proper use and function of the microscope and its accessories (minimum two [2] days); qq) Installation shall be performed by trained personnel; rr) Minimum five (5) year warranty on optics and mechanical or optical defects (parts and labor), and minimum one (1) year warranty on electrical parts. Delivery address in San Juan, Puerto Rico will be provided upon award and price must include freight charges and installation. Quote must list DUNS number and Federal Tax ID Number (TIN). All offerors must be in the Central Contractor Registration (CCR) at the time of award and must accept payment by Electronic Funds Transfer (EFT). Award will be made to the lowest priced technically acceptable offer. CLAUSES/PROVISIONS: The following FAR and HSAR clauses and provisions apply: 52.212-1, Instruction to Offerors-Commercial; 52.212-4, Contract Terms and Conditions?Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items with the following clauses checked: 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3 Alternate II, 52.225-13, 52.232-33; additionally FAR 52.222-20 Walsh-Healey Public Contracts Act, 52.244-6 Subcontracts for Commercial Items, and HSAR 3052.209-70, Prohibition of Contracts with Corporate Expatriates shall apply. Offerors are also to submit with their offers, a completed copy of 52.212-3, Offeror Representations and Certifications?Commercial Items; see https://orca.bpn.gov/ for online submittal. For the exact text and working of clauses and provisions, please see http://acquisition.gov/far/current/html/. DEADLINE: Quotes will be accepted until August 30, 2007 at 1630 EDT. They may be mailed to U.S. Dept. of Homeland Security, National Acquisition Center, Attn: Susan Wallace, 6650 Telecom Dr. #300, Indianapolis, IN 46278, faxed to 317-298-1344 to the attention of Susan Wallace, Contracting Officer, or emailed to Susan.Wallace@dhs.gov. Questions must be emailed or faxed to Ms. Wallace. Phone inquiries will not be answered.
 
Place of Performance
Address: San Juan, PR
Zip Code: 00901
Country: UNITED STATES
 
Record
SN01382561-W 20070825/070823220843 (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.