Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2007 FBO #2203
SOLICITATION NOTICE

65 -- Request for Medical Equiptment

Notice Date
12/6/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
NBC - GovWorks 381 Elden Street, Suite 4000 Herndon VA 20170
 
ZIP Code
20170
 
Solicitation Number
0408RQ53581
 
Response Due
12/14/2007
 
Archive Date
12/5/2008
 
Point of Contact
Alan Adrian Contract Specialist 7039643656 alan.adrian@aqd.nbc.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This Request for Quotation (RFQ) number 0408PO53581 is being issued by the Acquisition Services Directorate under the US Department of the Interior Franchise Fund on behalf of the National Institutes of Health (NIH). The procurement and resultant contract administration as well as payment of invoices will be handled by the Acquisition Services Directorate. The Acquisition Services Directorate is a Federal Franchise Fund Contracting Office under the authority of the Government Management Reform Act and provides contracting support to all Federal civilian and DOD Agencies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-21, effective 7 November 2007. A quotation for two (2) each of the following items with full shipping, installation, and system integration is required: Mai Tai? HP DS Tunable One-box Ti:Sapphire Oscillator Completely automated one-box mode-locked Ti:Sapphire laser source with DeepSee dispersion compensation. Widest tuning range: 690 - 1020 nm. Highest average power: Greater than 2.1 W at 800 nm Greater than 0.85 W at 700 nm Greater than 0.85 W at 920 nm Greater than 340 mW at 1020 nm Require capability for 100fs pulse duration The facility has limited space so a maximum footprint of 14"X35" for the laser and its compensation device is required Pointing stability of 100uRad is required. High negative Group Velocity Dispersion at all wavelengths providing shortest pulses and most fluorescence at the sample. Unique mode-locking technology enables: -Continuous wavelength tuning with zero re-optimization time -Real time excitation fingerprinting in seconds -Drop-out free operation Easily integrated with all commercial and home-built multiphoton microscopy systems Pointing stability eliminates the need to realign external routing optics and guarantees optimum microscope throughput at every wavelength Incorporates New, Ultra-Reliable ProLite diodes backed by two-year warranty. Incorporates on-board diagnostic package. Note: All items must be quoted as Brand Name or Equal. If quoting "Or Equal" item(s), provide sufficient literature and/or documentation to enable the NIH technical team to determine the technical acceptability of the quoted item(s). All deliveries under this order will be FBO Destination and delivered within 30 days after receipt of award. The proposed delivery address is as follows: National Institutes of Health Chief, Viral Immunology Section Laboratory of Viral Diseases, NIAID, NIH Bldg 33 Room 2E13C.4, MSC-3209 33 North Drive Bethesda MD 20892-3209 Delivery is expected to be no later than 02/15/2008. Firms submitting a complete quotation and submitting a technically responsive solution will be considered for award. The NIH technical team will be responsible for determining the technical acceptability of quotations received in response to the Request for Quote. The following provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items. Evaluation will be performed using the Lowest Price Technical Acceptable Quote. 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. Note: Quoters shall complete only paragraph (k) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov . 52.212-4 Contract Terms and Conditions-Commercial Items including the following addenda: GovPay Electronic Invoicing Requirements: All payment requests must be submitted electronically through GovPay. "Payment request" means any request for contract financing payment or invoice payment by a contractor. To constitute a proper invoice, the GovPay payment request must conform to the requirements identified in FAR 32.905(b), "Payment Documentation and Process" and FAR 52.232-25, "Prompt Payment (OCT 2003)". To ensure the timely processing of invoices GovPay uses an automated "workflow" process to route invoices for review, approvals and payment; as required by the "Prompt Payment Act". FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders. Within FAR 52.212-5, the following clauses apply to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.222-50 Combating Trafficking in Persons and FAR 52.204-7 Central Contractor Registration are incorporated by reference. Due Date Information: Responses to this RFQ shall be via electronic submission to Alan Adrian, Contracting Officer, at alan.adrian@aqd.nbc.gov on or before 12/14/2007, 2:00 pm Eastern Standard Time. All inquiries must be via email, and all questions and responses will be posted to the FedBizOpps website (http://www.fedbizopps.gov/) as an amendment to this original announcement. Questions concerning this solicitation MUST be submitted no later than 12/12/2007, 3:00 pm Eastern Standard Time. Price quotes shall include the following: A price for each item and the extended price total. Your price quote will include the Contract pricing, and the discounted price, and the percent discount provided to the government. Your Quote MUST include the following Information: Tax identification number (TIN); Dun & Bradstreet Number (DUNS); Complete Business Mailing Address; Contact Name; Contact Phone; Contact Fax Number; and Contact e-mail address.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NB1401GW&objId=371524)
 
Place of Performance
Address: National Institutes of Health Chief, Viral Immunology Section Laboratory of Viral Diseases, NIAID, NIH Bldg 33 Room 2E13C.4, MSC-3209 33 North Drive Bethesda MD 20892-3209
Zip Code: 208923209
Country: USA
 
Record
SN01465279-W 20071208/071206230445 (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.