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

66 -- Molecular Imaging System

Notice Date
7/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area National Animal Disease Center, 2300 Dayton Avenue, Ames, IA, 50010, UNITED STATES
 
ZIP Code
50010
 
Solicitation Number
AG-6125-S-07-AA10
 
Response Due
8/7/2007
 
Point of Contact
Marlys Pomranke, Purchasing Agent, Phone 515-663-7415, Fax 515-663-7482,
 
E-Mail Address
Marlys.Pomranke@ars.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items identified below, 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: offers are being requested and a written solicitation will not be issued. This solicitation number: AG-6125-S-07-AA10, is issued as a Request for Quotation (RFQ). This procurement shall be solicited under the Simplified Acquisition Procedures (SAP) and is a Small-Business Set-Aside. The North American Industry Classification System Code (NAICS) code is 334516. The USDA, Agricultural Research Service, National Swine Research Center has a requirement to purchase a Molecular Imaging System. Please quote on the following: (1) Must be 120 VAC, 7A; (2) Quantative imaging; (3) Detection modes required ? (a)chemi-luminescence, (b) multiwavelength fluorescence, (c)absorbance, (d) radioisotopic, (e)X-ray; (4) Must accept the following formats, (a) blots, (b) electrophoresis gels, (c) Petri plates and (d) microtiter plates; (5) Illumination required, (a) Fluorescence selectable multiwavelength xenon epi-illumination (380-780 nm range), (b) UV (306 nm) transillumination, (c) White light epi-illumination and white-light transillumination; (6)Must have multi-position filter holder which can be changed, (a) Minimum of 4 position automatic emission filter unit, (b) Minimum of 8 position filter slider unit; (7) Camera must be cooled CCD camera, maintain constant low temperature below -28 degreesC and is not dependent on ambient temperature, (a)Lens 10x zoom, 20-200 mm, f2.8, (b)Interlined CCD sensor with 2048 x 2048 pixel resolution minimum, (c) With 10micron/pixel at full zoom, (d) Must have computer controlled zoom lens (10X parafocal minimum) with minimum imaging area of 2 x 2 cm and at least 20 x 20 cm, 16-bit single capture with n-bit acquisition,(e) Read noise 9 e-rms, (f) Dynamic range greater than 4 OD, (g)Quantum efficiency greater than 55% at 470 nm; (8) Must have capabilities for single/multiple capture, time lapse and progressive capture imaging available; (9) Binning options must allow for up to 64-fold increase in signal intensity (2x, 4x, 8x and 16x); (10) Must have automatic dark current correction with dark current 0.003 e-pixels/sec; (11) Must include a mode with automatically and quickly predicts optimal exposure time; (12) Must include an auto focus with adjusts for varying sample formats; (13) Must have automatic or stored illumination correction capability for white light and UV illuminated samples; (14) Must have flat-field correction capability; (15) Must have user selectable automatic geometric/warping correction factor application; (16) Image file capture options must include individual images, each accumulation, final accumulation and intermediate images; (17) Must have history file that stores exact imaging conditions and alterations made to an image; (18) Chamber must have closed optical path image design which protects camera and imaging path from laboratory environment and minimizes the distance form camera to sample hence reducing signal scatter and increasing detection sensitivity and quantitative accuracy; (19) Must include imaging analysis software which has the following features and the potential for networking, (a) Auto lane and band finding, (b)Curved lane set compensation, (c) Gaussian deconvolution, (d)Automated mass, molecular weight and intensity measurements;(e) Grid analysis, (f) Template capability, (g) Colony counting, (h) Non-destructive annotations, (i) Enhanced image display controld, (j) N-bit file support, (k) Floating point calculation, (l) Image math, (m) Built-in standards file, (n) Standards graphing, (o) Report printing, (p) File history; (20) System must work with Windows 2000 or Windows XP Professional based computer system; (21) Must include computer with 3 Ghz, 1GB SRDARAM, 80 GB, CD & CD-RW with IEEE 1394 port and 17 inch LCD Display. Caresteam Health 8634263 and 8397663 or EQUAL. This solicitation incorporates the following FAR clauses, provisions, and addendums: 52.204-7 Central Contractor Registration; 52-211-6 Brand Name or Equal; 52.212-1 Instructions to Offerors-Commercial Item; 52-212-3 Offeror Representations and Certifications-Commercial Items; 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; In Paragraph (B) of 52.212-5, the following apply: 52.203-6, 52.23-9, 52.225-1, 52.225-13 and 52.232-33. All offerors must include copies of 52.212-3 (representations and certifications). Faxed quotations are acceptable to Marlys Pomranke at fax number 1-515-663-7482 on or before August 7, 2007 Central Standard Time. All responses will be evaluated in order to determine the ability to meet the above stated capabilities. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2. Responses shall include technical specifications, descriptive material, literature, brochures and other such information corresponding to each minimum required item, which demonstrates the capabilities of the offerors data. Offerors shall identify where the offered item meets or does not meet each of the Government?s functional and performance minimum specifications listed herein. Offeror shall include references of three (3) firms for which similar data was provided. The anticipate award date is August 30, 2007. All responsible sources may submit a quotation which shall be considered by the Agency. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-JUL-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 30-AUG-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USDA/ARS/NADC/AG-6125-S-07-AA10/listing.html)
 
Place of Performance
Address: USDA-ARS-National Swine Research Center 2150 Pammel Drive Ames, IA
Zip Code: 50011
Country: UNITED STATES
 
Record
SN01391652-F 20070901/070830230956 (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.