Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
SOLICITATION NOTICE

66 -- Analytical Laboratory Instrument

Notice Date
8/27/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6100 Executive Blvd, Rm 7A07, Rockville, Maryland, 20892-7510, United States
 
ZIP Code
20892-7510
 
Solicitation Number
HHSN-NIDCD-263-2008-0263-(KH)
 
Response Due
9/10/2008 8:00:00 AM
 
Point of Contact
Kirtner D Hobson,, Phone: 301-402-4144, Zedekiah J Worsham,, Phone: 301-594-3560
 
E-Mail Address
hobsonkd@od.nih.gov, worshamz@od.nih.gov
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYSNOPSIS/SOLICITATION NOTICE. This is a combined synopsis 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; quotes are being requested and a written solicitation will not be issued. THE SOLICITATION NUMBER HHSN-NIDCD-263-2008-0263-(KH) is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This requirement is a 100% set aside for small business. The North American Industry Classification System Code (NAICS) applicable to this requirement is 334516 and the associated small business size is 500 employees. The following specifications are for an Andor DU-897-CSO-#BV EM-CCD Camera: 1. The equipment shall have 34.5 frames per second at full chip resolution of 512 x 512. 2. The equipment shall have back-illuminated EM-CCD chip with greater than 90% quantum efficiency between 500 and 600 nm. 3. The equipment shall have “Real Linear EM Gain” at all temperatures from 1-1000. 4. The equipment shall have Pelletier cooling to -85C and water cooling to -100C; and there is no need for liquid nitrogen. 5. The equipment shall have the capability of “Variable Vertical Shift Speeds” to vary frame rate and reduce “CIC”, Clock Induced Charge. 6. The equipment shall have automated electronic baseline stabilization (“BaseLine Clamp”) to eliminate thermo-electric noise from being added to the noise floor during kinetic acquisitions. 7. The equipment shall have a complete “Fan Control” ability to turn fan on/off, or vary the speed. 8. The equipment shall have the ability to cool via water circulation only. 9. The equipment shall have a built in shutter to assist in acquiring true background signals. 10. The equipment shall have rapid sub-millisecond on-board TTL triggering for synchronization of external devices. 11. The equipment shall have SDK and software drivers for MatLab to enable full functionality of EM-CCD camera with custom MatLab software written by end-user. 12. The equipment shall have internal circuitry for user-initiated electron-muliplying gain self- recalibration, and the unit does not need to go to the manufacturer for EM gain recalibration. 13. The equipment shall have at least one (1) year warranty for parts and labor from the date of shipment, and shall be shipped via air-freight. The delivery and acceptance F.O.B. Point is National Institutes of Health, National Institute on Deafness and Other Communication Disorders, Building 50, Louis Stokes Laboratories, 50 South Drive, Bethesda, MD 20814. The Governments estimated expected delivery date is 5 weeks or sooner after award of the purchase order. Quotes are due September 10, 2008 by 8:00 a.m. local time. The award will be made based upon the technical specifications of the required products and delivery period in this synopsis, and to the lowest price, technically acceptable quote meeting the Governments requirements. The offerors must submit written descriptive literature of the product in their quote, an itemized price list and warranties of the product quoted. The Government intends to evaluate offerors and award a purchase order without discussions with Offerors. Therefore, the initial offer should contain the offerors best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later it is determined by the Contracting Officer to be necessary. The Government may reject any or all offers, waive informalities and minor irregularities in offers received. The offerors quotes must include an itemized price lists of charges, complete description of services, complete address for invoice payment and purchase order delivery, prompt payment discount terms, the Dun & Bradstreet Number (DUNS), the taxpayer Identification Number (TIN) and vendors shall include a complete copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Items with its quote. The offeror must also register in the Government’s Contractor Registry System. Note: www.ccr.gov. The clauses and provisions referenced in this solicitation may be obtained in full text form at http://www.arnet.gov/far. 1. Delivery shall be within 5 weeks from the date of the award, or rationale for alternate timing, shall be included. 2. Installation, training, and a 90 day warranty, or better, shall be included. The following provisions and clauses apply to this acquisition: Far Clause 52.212-1, Instructions to Offerors - Commercial; FAR Clause 52.212-3, Offeror Representatives and Certifications – Commercials Items; FAR Clause 52.212-4 Contract Terms and Conditions – Commercial Items; and FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders – Commercial Items. In paragraph (b) of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders – Commercial Items, the following clauses will apply: 52.222-3, 52.222-19, 52.219-8, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-5, and 52.225-13. This provision may be obtained at http://www.arnet.gov/far. The Used Electron Transmission Microscope will be obtained from the contractor that can provide this system in the manner that represents the best value for the Government’s needs. The NIH will evaluate the quality, completeness, and relevance of the quotes. As stated in the FAR Clause 52.212-2(a), “The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered.” The quote must reference Solicitation number: HHSN-NIDCD-263-2008-0263-(KH). All responsible sources may submit a quote which, if timely received, shall be considered by the agency. Quotes must be submitted in writing to the Office of Logistics & Acquisitions, Simplified Acquisitions Branch, 6011 Executive Blvd., Suite 637E, Bethesda, MD 20892, Attention: Kirtner Hobson. Response may be submitted electronically to: HobsonKD@OD.NIH.GOV and by fax to (301) 402-0577. Responses will only be accepted if dated and signed by an authorized company representative. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9d51ffae8bd7055eae18fcbb7950de59&tab=core&_cview=1)
 
Place of Performance
Address: Manufacturers Location, United States
 
Record
SN01653537-W 20080829/080827223010-9d51ffae8bd7055eae18fcbb7950de59 (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.