Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
SOLICITATION NOTICE

65 -- Laboratory equipment and supplies

Notice Date
8/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, MD, 20892-7902, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NHLBI-PB(DE)-2007-235-CDM
 
Response Due
9/15/2007
 
Archive Date
9/30/2007
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS / SOLICITATION NOTICE. This is a combined synopsis / solicitation for commercial items, prepared in accordance with the format of FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The reference solicitation number is: NHLBI-PB(HL)-2007-235/CDM This solicitation is issued as a Request for Quotation (RFQ). This acquisition is being conducted in accordance with FAR Part 13, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-18. The total contracted dollar amount, including options will not exceed $5 Million. The acquisition is being conducted as a full and open competitive. This is a small business set aside requirement. The North American Industry Classification System (NAICS) code is 334516, associated small business size standard is 500 employees. The Government?s anticipated delivery date is June 30, 2008. The delivery point is the National Institutes of Health, National Institute fo Dental and Craniofacial Research, Laboratory of Sensory Biology, 9000 Rockville Pike, Bethesda, Maryland 20892. A site visit is scheduled to be held on September 5, 2007 at 10:00 a.m. In Building 10, Room 81A24, 9000 Rockville Pike, Bethesda, Maryland 20892. The site visit is limited to two (2) attendees per perspective offeror and is not expected to exceed one hour. The perspective officer is required to submit any questions in writing to the Contract Specialist not later then twenty-four hours preceding the site visit. The attendance to the site visit must be confirmed by the perspective officer to the Contract Specialist on or before Tuesday September 4, 2007 at 10:00 a.m. Eastern time. The National Institutes of Health (NIH), National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisition (OA), for the National Institute of Dental and Craniofacial Research (NIDCR) intend to award a purchase order for one each, Custom 2-photon Imaging system. The Laboratory of Sensory Biology, needs this custom made 2-photon Imaging System to enable use of this powerful methodology for studies of the neural-circuitry, molecular and cellular basis of sensory perception. The system shall provide precise and deep-imaging (0.-3mm) of tissue including peripheral sensory organs, the neural ganglia and the Central Nervous System. The system shall be capable of exploiting novel genetically encoded optical switches and caged biologically active compounds and thus must be designed to allow flexible 2-photon based uncaging deep within tissue with exquisite and user defined precision e.g. at cellular and subcellular resolution. The system must also be compatible with coordinated electrophysiological recordings from the preparation undergoing imaging. The 2-photon microscope system required for these types of experimental projects, must meet the following criteria: (1) 2-photon microscopy of various biological preparations ranging from tissue slices to whole animals (mice and rats) using a broad range of spectral excitation frequencies. (2) 2-photon uncaging using a similar range of spectral excitation frequencies as a built in option. (3) Ability to illuminate samples with conventional fluorescent illumination and visible light and to carry out electrophysiological recordings from the preparation being used for microscopy. (4) The system shall have the ability to perform precise user-specified 2-photon uncaging and should use different galvanometers for scanning and uncaging. (5) The software controlling the system shall be designed to directly incorporate electrophysiological recording in parallel to imaging and uncaging. (6) The company shall supply and build a complete custom system including optical table and lasers and to coordinate with NIDCR investigators and Project Officers for the delivery of the complete system. (7) The imaging system must be capable of fitting within the available imaging room with a 10 foot 6 inch square floor-plan. To meet these requirements and in addition to them, the system must include the following specifications: 1. Automatic switching between two scanning methods: a. Standard Scanning ? uses X & Y galvanometer driven mirrors b. High Speed Scanning Option? uses Y galvanometer and Acousto Optic Deflector (AOD) for X scanning i. 512 x ~512 pixels at 25 fps ii. Zoom factors of 1, 2, 3, 4, and 8 times. 2. Systems may be upgraded to the high speed scanning option if it is not purchased initially. 3. Laser input optics for two simultaneous beams. One for the imaging optics and the second for uncaging (photolysis) applications. This option is designed for use with two Ti: Sapphire lasers for simultaneous two-photon imaging and two-photon uncaging. May be used with a single laser in an alternating mode between imaging and uncaging. 4. Synchronization of imaging line scans, uncaging, and electrical recording data in a single computer. 5. A total of six external non-descanned fluorescence detectors may be used simultaneously: a. Two or four detectors located above the specimen b. Two detectors located below the specimen 6. Laser delivery optics utilize a Pockels cell for laser power attenuation and beam blanking in order to minimize laser pulse dispersion and the need to pre-chirp the laser in the standard galvanometer based system. 7. Transmitted Dodt gradient contrast detector allows simultaneous viewing of gradient contrast image and fluorescent images overlaid in the same or individual image windows. During acquisition of z series data, the laser power and or the PMT high voltage can be automatically adjusted as a function of depth into the specimen. It is anticipated that the construction of such a system will take several months once the contract is awarded and that the offeror will work closely with the end users to ensure delivery and installation of the complete system by June 30, 2008. The imaging system shall be placed within the available imaging room which cannot exceed a maximum width of 10 feet. Specific Requirements: The contractor shall be responsible for training, inside delivering, and installation of the system. The provisions of FAR Clause 52.212-1, Instructions to Offerors-Commercial Items (Sept 2006), is applicable to this acquisition. The provisions of FAR Clause 52.212-2, Evaluation ? Commercial Items (Jan 1999), is applicable to this acquisition. The purchase order award will be made to the Offeror whose product meets the Government?s minimum performance specifications, functional specifications, and delivery date as specified above. A best buy analysis will be performed taking into consideration price, shipping points, technical specifications, special features, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, environmental and energy efficiency considerations, delivery terms, and past performance. In addition to a price quote, the Offeror must submit descriptive literature of the product proposed, a commercial price list, warranty provisions, and any other information the Offeror considers relevant to the Government?s evaluation of the product proposed. The Government intends to evaluate the proposals and award the contract without discussion with Offerors. Therefore, the initial offer should contain the Offerors best terms for a technical and price standpoint. However, the Government reserves the right to conduct discussions, request product samples or demonstrations, if later determined by the Contracting Officer to be necessary. The Government may reject any and all offers if such action is deemed necessary. The Government may also waive informalities and minor irregularities in the offers received. The provisions of FAR Clause 52.212-3 Offeror Representations and Certifications ? Commercial Items (Nov 2006), applies to this acquisitions. The Offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications ? Commercial Items with its offer. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition. The addendum to FAR Clause 5212-4, Contract Terms and Conditions ? Commercial Items is as follows: The Offeror must include in its quote, the unit price, the list price, installation charges, shipping and handling cost, the delivery date, prompt payment discount terms, the F.O.B. point (Destination or Origin), and provided descriptive literature inclusive of specifications as part of the quotation. The DUN and Bradstreet Number (DUNs), the Taxpayer Identification Number (TIN), and the business size. The Offeror must be registered in the Government?s Central contractor Registry (CCR) System, which is available at www.ccr.gov. The FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (June 2007),? Deviation For Simplified Acquisitions, applies to this acquisition. The following FAR Clauses cited are applicable to this acquisition: (1) 52.222-26, Equal Opportunity (E.O.) 11246). (2) 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212). (3) 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793). (4) 52,.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). (5) 52.225-3, Buy American Act ? supplies (41 U.S.C. 10). (6) (I) 52.225-21, Buy American Act ? North American Free Trade Agreement Implementation Act ? Balance of Payments Program (41 U.S.C. 10, Pub. L. 103-187). (7) (ii) Alternate I of 52.225-21. (8) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). There are no numbered notes applicable to this notice. Quotations are due on Monday September 15, 2007, 10 a.m. Eastern time at the National heart, Lung and Blood Institute, Office of Acquisitions, Procurement Branch, 6701 Rockledge Drive, Suite 6042, Bethesda, Maryland 20892-7902. Attention Cecilia D. Morales, Contract Specialist, (301) 435-0369. Quotations may be submitted electronically to Moralesc@nhlbi.nih.gov or by FAX to (301) 480-3345. The electronic transmission and fax transmission must referece the solicitation number: NHLBI-PB(DE)-2007-235/CDM. All responsible sources may submit a proposal, which if timely received, shall be considered by the agency.
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland
Zip Code: 20892-0001
Country: UNITED STATES
 
Record
SN01390385-W 20070901/070830220606 (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.