Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2009 FBO #2692
SOLICITATION NOTICE

66 -- Inverted Microscope - Drawing

Notice Date
4/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-09-RQ-0155
 
Archive Date
5/9/2009
 
Point of Contact
Carol A. Wood, Phone: 301-975-8172, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
carol.wood@nist.gov, todd.hill@nist.gov
 
Small Business Set-Aside
N/A
 
Description
Drawing which shows port locations. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR 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; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32, effective March 31, 2009. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition shall be procured using full and open competition. The National Institute of Standards and Technology (NIST), Polymers Division requires an inverted microscope which will be part of an experimental setup of coherent anti-Stokes Raman spectroscopy (CARS) microscopy for noninvasive chemical imaging of biological samples. The mission of the Polymers Division is to develop methods for noninvasive imaging of biological systems. This inverted microscope shall be used as a central component of a CARS microscope, which is to be used for in-situ, non-invasive studies of cell growth and tissue generation in tissue scaffolds for regenerative medicine. The minimum specifications are required due to the need to develop a simple, low-maintenance broadband CARS microscopy system, such as could be used in a medical or biological laboratory. LINE ITEM 0001: Quantity one (1) each Inverted Microscope. The microscope must consist of all of the following components and meet all of the following minimum specifications. All equipment must be new. Used or remanufactured equipment will not be considered for award. The microscope MUST BE configured with the following components or their equivalent. Body, Camera Adaptor, and Phase Detection Illumination Accessories Qty 1 each Inverted microscope body with light injection and observation ports as specified below; Qty 1 each Binocular eyepiece observer tube; Qty 2 each 10X Eyepieces with focusing adjustments and one embedded reticle; Qty 1 each C-mount camera adapter and appropriate image forming lens for 1X imaging onto C-mount CCD camera; Qty 1 each Hinge-attached brightfield/transmitted light illumination pillar with fittings for halogen lamp housing and moveable field diaphragm; Qty 1 each 100W Halogen lamphouse for transmitted light illumination; Qty 1 each 100W, 12V, 100W Halogen bulbs that are matched for housing above; Qty 1 each Extension cord for halogen lamp such that power supply can be placed at least 3 m away from housing; Qty 1 each 12V/100W Power supply, 120V AC input for Halogen lamp; Qty 1 each Liquid light-guided, 120W Hg lamp (bulb lifetime >1000 hours) for epi-fluorescence Illumination; Qty 1 each Appropriate adapter for coupling epi-fluorescence illumination to microscope; Qty 2 each Replacement Hg bulbs for epi-fluorescence lamp. Objectives -Axial chromatic aberration of less than 300 nm in the range 500 to 900 nm; - All objectives must have greater than 40% transmission of light in the range 500 to 1000 nm; - The slope of fractional transmission loss with increasing wavelength must be less than 0.0018 / nm at 1000 nm; -Qty 1 ea 40X – NA (>0.4), WD (>=2 mm); -Qty 1 ea 40X – NA (>0.9), WD (>=0.2 mm); -Qty 2 ea 60X – NA (>=0.7), WD (>1.5 mm); -Qty 1 ea 60X – water immersion, high transmission in IR, NA (>=0.9); -Qty 1 ea 10X – NA (>0.2), PH1, WD (>=10MM). Condenser and Phase Ring -The condenser lens unit must be removable if required so that NIST may attach a microscope objective for detection of transmitted laser light from external laser source coupled in through port provided. Reference Light injection and observation ports; -Qty 1 ea Working distance >=27mm, NA 0.55 Condenser, with PH1 and PH2 rings in addition to standard brighfield contrast, moveable aperture diaphragm. Light Injection and Observation Ports -Five (5) ports are required for this microscope. -Two input ports for light injection must be available. Capability of dual simultaneous use is not necessary; only one port will be used at a time. -Qty 1 each Port for laser injection with no additional optics. This must be located on right side of microscope base. This port will preferably have an internal 1.035”- 40 thread for mounting. -Qty 1 each Port for epi-fluorescence illumination injection. This must be on the back of the microscope base. This port must be interfaced with a rotatable mount for filter cubes. The mount must accommodate at least four filter cubes. -Three epi-detection output ports are required; an eyepiece, a CCD port, and a free-space port. A movable mirror arrangement that allows the user to direct the epi-detected light to any of these epi-detection ports (one at a time) is required. -Qty 1 each free-space port for observing epi-detected signal this must be mounted either on the rear side of the microscope base or on the right side below the laser injection port. This port must use a protected silver-coated optic for high reflectance over the visible and near-IR -Qty 1 each Port to CCD for imaging (CCD port must be on left side of microscope base) -Qty 1 each eyepiece Refer to attached drawing for indication of required port locations. Additional Optics for Fluorescence and CARS Detection -Qty 1 each 1 High efficiency (>93% emission transmittance) TRITC/Cy3 filter set (excitation, emission, and dichroic); -Qty 1 each 1 High efficiency (>93% emission transmittance) FITC/GFP/Cy2 filter set (excitation, emission, and dichroic); -Qty 1 each 1 High efficiency (>93% emission transmittance) DAPI filter set (excitation, emission, and dichroic); -Qty 1 each 1 High efficiency (>93% emission transmittance) Texas Red/mCherry filter set (excitation, emission, and dichroic); -Qty 1 each Short pass filter (OD >=5) with an edge at 850 nm and extending to 1100 nm. This filter must have a transmission >90% until 600 nm -Qty 1 each Short pass dichroic mirror with 50% transmission at 850 nm, >90% transmission from 600-830 nm, and <10% transmission from 870-1200 nm; -Qty 1 each Multiphoton fluorescence filter set with >90% from 380-720 nm and laser blocking (OD>=6) from 750-1100 nm; Microscope Stages -Coarse XY sample positioning with the following required specifications: -Be capable of motion in the X-Y plane of at least 2 cm range; -Be capable of integrating with an XYZ nanopositioning stage for fine sample positioning. -Nanopositioning XYZ stage with the following required specifications: -Must have position accuracy finer than 10 nm in each axis; -Must operate with closed-loop position control; -Must have at least 200 micrometers of travel range in each axis; -Must have bi-directional repeatability finer than 10 nm; -Digital interface for computer control with at least 16-bid A/D conversions; -Must have LabView compatible drivers; -Must come with sample holders for glass slides and small Petri dishes, preferably recessed so that sample plane is similar to that of microscope slide, and no adjustment (e.g. extension) of focusing objective is needed. Small Petri dishes means 50 mm in diameter, +/-10 mm. LINE ITEM 0002: INSTALLATION: The Contractor shall install the microscope. Installation shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of all equipment, turn-key start-up and demonstration of all required performance specifications. Qualified personnel shall install the microscope and perform all activities necessary to ensure the system is fully functional. LINE ITEM 0003: TRAINING: The Contractor shall provide training for NIST personnel on-site at NIST Gaithersburg. The training may commence immediately upon completion of installation and demonstration of specifications. The training session shall include, at a minimum, a demonstration of all equipment functions and equipment operation which will allow NIST personnel to operate the microscope to its full capabilities, and basic troubleshooting. Installation and training must be scheduled, in advance, with the NIST Technical Contact to be identified at the time of award. LINE ITEM 0004: WARRANTY: The Contractor shall provide, at a minimum, a one year warranty for the equipment. The warranty shall be on-site at NIST Gaithersburg during business hours only. All parts, labor and travel shall be included. The Contractor must respond to the NIST Technical Contact via telephone or e-mail not later than 48 hours after a warranty call is placed. The Contractor must arrive on-site at NIST Gaithersburg not later than 2 weeks after the date the call is placed. In the event that an equipment malfunction renders the instrument unusable for a period of 30 days or more, the Government reserves the right to pursue consideration from the Contractor which fairly and equitably protects the mission of the Polymers Division. Consideration shall include use of loaner equipment, as appropriate. OPTION LINE ITEMS Line Items 0005 and 0006 are option line items. The Contractor shall provide pricing for these line items. The price quoted for Line Item 0005 shall be effective for a period of one year from the date the manufacturer’s warranty commences. The price quoted for Line Item 0006 shall be valid for a period of one year from the date of award. The Government may exercise these option line items, at its discretion, at any time during the period stated. LINE ITEM 0005: SERVICE CONTRACT (OPTION LINE ITEM) The Contractor shall provide a one year service contract for the equipment which, if exercised, shall commence the day following the expiration of the Contractor’s commercial warranty. The terms of the service contract shall be identical to the terms of the warranty. LINE ITEM 0006: LIVE CELL INCUBATION CHAMBER (OPTION LINE ITEM) The Contractor shall deliver and install a live cell incubation chamber, which meets or exceeds all of the following required specifications. The Chamber Must: •Be compatible with the microscope system to be purchased without any modifications to the microscope; •Provide control for temperature in the range (ambient + 3 °C to 50 °C), with stability of +/- 0.2 °C; •Provide control for atmospheric CO2 content in the range (1 to 8) mole%; •Provide ability to saturate atmospheric humidity; •Provide a mechanism to heat and maintain the objective at the chosen temperature for the duration of an imaging experiment. Installation shall include, at a minimum, uncrating/unpacking of all equipment, set-up and hook-up of all equipment, start-up and demonstration of all required performance specifications. Delivery and installation shall be scheduled at the time the option line item is exercised, if the option line item is exercised. DELIVERY Delivery, installation, and training must be completed not later than four (4) months after receipt of purchase order. The second training session must be completed not later than 90 days after successful completion of installation, demonstration of specifications and the first training session. Delivery term shall be FOB Destination. The Contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. FINAL ACCEPTANCE NIST will accept the system, and provide payment upon successful completion of delivery, installation, training and demonstration of all required specifications. Payment terms shall be Net 30 Days. EVALUATION CRITERIA AND BASIS FOR AWARD Award will be made to the Contractor whose quote offers the best value to the Government price and non-price factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability: Meeting or Exceeding the Requirement, 2) Previous Experience, and Price. Technical Capability, and Previous Experience, when combined, shall be approximately equal in importance to price. Best value shall be determined based on the overall value of the proposed equipment to the Government, price and non-price factors considered. Technical Capability: Evaluation of Technical Capability shall be based on the documentation provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment includes all required components and meets or exceeds the required specifications identified herein. The sketch of the light train shall be evaluated to determine its overall feasibility and compliance with the NIST provided drawing. Previous Experience Previous experience shall be evaluated to determine the degree of the Contractor’s experience in manufacturing, delivering and installing the same or similar equipment. The degree of relevance between the microscopes manufactured by the Contractor and that required by NIST shall be evaluated. REQUIRED SUBMISSIONS All quoters shall submit the following: 1) An original and one copy of a price quotation which addresses all line items; 2) For the purpose of technical evaluation quoters shall submit: a. Two copies of technical description and/or product literature which clearly details the manufacturer, make and model of the proposed product(s), addresses all required components, and clearly documents that the offered product(s) meet(s) or exceeds the required specifications stated herein; b. A sketch of the proposed light train. The sketch must, at a minimum, be of equivalent detail to the drawing provided by NIST, and must clearly show positions for mirrors and ports. 3) For the purpose of previous experience evaluation: Documentation which describes or pictures the inverted microscopes the Contractor has delivered within the past three year period. Documentation must describe or picture the microscopes such that the Government can determine that the microscopes are the same as, or similar to that required by this solicitation. 4) This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.” OR The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror’s FSS or GWAC contract, and the statement required above shall be included in the quotation. DUE DATE FOR QUOTATIONS All quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received not later than 3:30 p.m. local time on March 24, 2009. FAX quotations shall not be accepted. E-mail quotations shall be accepted. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Carol Wood, Contract Specialist on 301-975-8172. NIST is not responsible for late delivery due to the added security measures. In addition, quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver quotes on time. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors — Commercial; 52.212-3, Offeror Representations and Certifications — Commercial Items. 52.217-5, Evaluation of Options; In accordance with FAR 52.212-3 Offeror Representations and Certifications — Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required; The following clauses apply to this acquisition: 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 including subparagraphs: 52.219-28, Post-Award Small Business Program Representation; 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; 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; 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. 52.217-7 Option for Increased Quantity-Separately Priced Line Item; and Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c4a58bed34d2a651de4b86a7e0c83bfe&tab=core&_cview=1)
 
Place of Performance
Address: Ship to:, NIST/Shipping and Receiving, 100 Bureau Drivee, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01788553-W 20090410/090408220411-c4a58bed34d2a651de4b86a7e0c83bfe (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.