Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2009 FBO #2790
SOLICITATION NOTICE

66 -- Scientific EMCCD Camera - RFQ FORMAT FOR NB847000-9-15044BS

Notice Date
7/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Region Acquisition Division, 325 Broadway - MC3, Boulder, Colorado, 80305-3328
 
ZIP Code
80305-3328
 
Solicitation Number
NB847000-9-15044BS
 
Archive Date
8/4/2009
 
Point of Contact
Brenda S. Summers, Phone: (303) 497-5588
 
E-Mail Address
brenda.s.summers@noaa.gov
(brenda.s.summers@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ FORMAT FOR NB847000-9-15044BS COMBINED SYNOPSIS/SOLICITATION Scientific EMCCD Camera (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NB847000-9-15044BS. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-34. (IV) This solicitation is total small business set aside. The associated NAICS code is 333314. The small business size standard is 500 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial items: Line Item 0001: Brand Name or equal to: Andor Technology Item DU-885K-CS0-#VP, Electron Multiplying Charge Coupled Device (EMCCD), Qty 1 each. Line Item 0002: Brand Name or equal to: Andor Technology IXON PCI Controller Card, Part # CCI-23, Qty 1 each. Line Item 0003: Brand Name or equal to: Andor Technology Solis (I) Imaging Software, Qty 1 each. (VI) Description of requirements is as follows: Salient Characteristics: Line Item 0001 Sensitivity to image the low-light level fluorescence from trapped ions. Extreme low light level capabilities (essentially photon counting sensitivity). Variable gain (for laser beam set-up and alignment) Able to withstand occasional strong signals without damage to the camera. Pixel size should be less than 10 microns by 10 microns with greater than 1000 by 1000 pixels. Greater than 20% quantum efficiency at 313 nm. UV grade fused silica window preferably with UVAR coating. Integrated mechanical shutter. -70 degrees thermoelectric cooling through forced ambient (at 20 C) air. Read noise less than 25 electrons at 35 MHz pixel read out rate. Line Item 0002 Must be compatible with Line Item 0001 Line Item 0003 Must be compatible with Line Item 0001 (VII) Required delivery 45 days ARO. Place of Delivery is 325 Broadway, Bldg. 22, Boulder, CO 80305-3328, USA. Delivery shall be FOB Destination. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. In addition to written price quotes, offerors are instructed to complete and return the attached RFQ format. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows: 1) Technical Capability: Must meet all salient characteristics as stated in Section VI. 2) Past Performance: Quality, Timeliness, and customer service. Must supply two references. 3) Price: Quote must state price in U.S. Dollars. 4) Delivery: Quote must include delivery schedule 5) Warranty: Quote must state warranty, if applicable. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government on an all or none basis. This will be a firm fixed-price purchase order, with payment terms of Net 30. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (July 2009), with its quote. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2009) applies to this acquisition. The following clauses under subparagraph (b) apply: (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (31) 52.225-1, Buy American Act-Supplies (Feb 2009) (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (XIII) The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http:www.arnet.gov (End of clause) The following additional terms and conditions apply: 52.214-34 Submission of Offers in the English Language (Apr 1991) 52.214-35 Submission of Offers in U.S. Currency (Apr 1991) 52.211-6 Brand Name or Equal (Aug 1999) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 12:00 P.M. MST/MDT on July 20, 2009. All quotes must be faxed or emailed to the attention of Brenda Summers. The fax number is (303) 497-3163 and email address is Brenda.S.Summers@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Brenda Summers, Purchasing Agent, 303-497-5588, Brenda.S.Summers@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NB847000-9-15044BS/listing.html)
 
Place of Performance
Address: 325 Broadway, Boulder, Colorado, 80305-3328, United States
Zip Code: 80305-3328
 
Record
SN01876751-W 20090717/090716000739-508469513ba681dd4a45ecaefc0e13b7 (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.