Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2009 FBO #2791
MODIFICATION

66 -- TRANSMISSION ELECTRON MICROSCOPE

Notice Date
7/16/2009
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320, 3900 NCTR Road, Jefferson, Arkansas, 72079-9502
 
ZIP Code
72079-9502
 
Solicitation Number
09-222-SOL-00033
 
Archive Date
8/8/2009
 
Point of Contact
Regina R. Williams, Phone: (870) 543-7012, Marcia O Park, Phone: (870) 543-7405
 
E-Mail Address
regina.williams@fda.hhs.gov, marcia.park@fda.hhs.gov
(regina.williams@fda.hhs.gov, marcia.park@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR Part 13.5, as applicable and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is 09-222-SOL-00033. This solicitation is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-32, March 31, 2009. The associated North American Industry Classification System (NAICS) Code is 334516 -Analytical Laboratory Instrument Manufacturing, Small Business Size Standard 500 Employees. The Food and Drug Administration (FDA) is soliciting for a Transmission Electron Microscope (TEM) with the following requirements: 1. Transmission electron microscope with electron gun operating at incremental voltages up to 120 kV. 2. Capability for 2D-TEM and 3D-STEM. 3. Point-to-Point resolution of at least 0.35 nm in TEM (<1.5 nm in STEM). 4. Magnification of 350,000 or better in TEM. 5. Modular design with inclusion of advanced features such as energy dispersive X-ray analysis (EDX) or EELS. 6. High resolution CCD camera for imaging results. 7. Capability for cryogenic temperature operation. 8. Tungsten electron source upgradable to (or including) LaB6. 9. Operate under Windows XP operating system. 10. Computer controller with monitor. 11. Cryostage holder and vitrification device. 12. Advanced training course. 13. Installation, on-site training, technical and logistical support, and at least 1-yr service contract. 14. Optional, Annual Performance Maintenance (PM). 15. The contractor shall state if the proposed equipment support a modular configuration. Are any modular components included in the proposed price? What modular components are offered at additional cost? Are modular components easily exchange (removed and replaced)? An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations, or reject the terms and conditions of the solicitation, may be excluded from consideration. Contract type: Commercial Item - Firm Fixed Price. Simplified procurement procedures in accordance with FAR 13.5 will be utilized. The estimated period of performance is 180 days, or less after receipt of order (ARO). FOB Point Destination: Delivery for Services and Supplies provided will be the Food and Drug Administration/National Center for Toxicological Research, 3900 NCTR Road, Jefferson, AR 72079-9502. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None. EVALUATION CRITERIA: The provision at FAR 52.212-2 Evaluation - Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet or exceed the Government requirement; (ii) past performance; (iii) price. Technical and past performance, when combined, are equal when compared to price. The technical evaluation will be determined by the following: 1). The proposed contractor’s equipment that meet or exceed the requirement; 2). The evaluation will take place at the Microscopy & Microanalysis 2009, July 26-30, 2009 in Richmond, Virginia or a remote-site visit by a minimum of two (2) employees from NCTR to evaluate the platform considering operator “user friendliness” and applicability. NCTR employees will supply prepared samples containing nanoscale particles to evaluate NCTR provided samples using established and standardized sample preparation methods and NCTR employees will perform the analysis on the proposed instrument to determine the instrument capability of detecting and measuring. Any cost incurred for the use of the contractor’s equipment will be absorbed by the contractor. The remote-site visit will be scheduled and performed within sixty (60) days after the closing date for receipt of RFP’s. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustration, drawings, or other information) necessary for the government to determine whether the product meets the technical requirements. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past Performance will be evaluated based on information provided by the offeror as to actual sales of the same or similar proposed products to the industry or government agencies. Past performance will consider the ability of the items to meet technical specifications as advertised by the offeror, past record of meeting delivery schedules and service/maintenance reputation. Offerors must include at least three recent or relevant contracts within the last 2 years, and identify company name, point of contact name and telephone number for each contract. The government reserves the right to make an award without discussions. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items with its offer. Offers must be submitted on a SF-1449, which can be found at http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6; 52.219-4; 52.219-8; 52.219-9; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-39; 52.225-1; 52.225-13 and 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. QUESTIONS DEADLINE: All questions are to be submitted via email to Regina.Williams@fda.hhs.gov, no later than May 5, 2009, 1:00 pm (Central Standard Time – Local Prevailing Time in Jefferson, Arkansas). It is the offeror’s responsibility to monitor the FedBizOpps website for any released amendments to the solicitation. A standard commercial warranty on parts and workmanship is required. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. Offers are due by postal mail, email or fax on or before July 24, 2009 by 1:00 pm (Central Standard Time – Local Prevailing Time in Jefferson, Arkansas), at Food and Drug Administration/National Center for Toxicological Research, Attn: Regina Williams, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. For information regarding this solicitation, please contact Regina Williams @ (870) 543-7012, FAX (870) 543-7990, email: regina.williams@fda.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/09-222-SOL-00033/listing.html)
 
Place of Performance
Address: National Center for Toxicological Research, 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN01878469-W 20090718/090717001357-bab461acb754d79bd551bff1ec70fe90 (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.