Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2009 FBO #2850
SOLICITATION NOTICE

66 -- RECOVERY - CONFOCAL MICROSCOPE

Notice Date
9/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Child Health and Human Development, Contracts Management Branch, 6100 Executive Blvd., Suite 7A07, MSC7510, Bethesda, Maryland, 20892-7510
 
ZIP Code
20892-7510
 
Solicitation Number
NIH-NICHD-RECOVERY09-04-1
 
Archive Date
10/7/2009
 
Point of Contact
Patricia Haun, Phone: 301-443-7786
 
E-Mail Address
haunp@mail.nih.gov
(haunp@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY – CONFOCAL MICROSCOPE RECOVERY – This is a combined synopsis/solicitation for commercial items prepared in accordance with the format of FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation will not be issued for the solicitation number NIH-NICHD-RECOVERY09-04-1. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC2005-36 dated 8/11/2009. This acquisition will be processed under Simplified Acquisition Procedures and issued as a Request for Quote (RFQ). The associated North American Industry Classification System (NAICS) Code is 334516, which has a size standard of 500 employees. This is not set aside for Small Businesses. The National Institute on Alcohol Abuse and Alcoholism (NIAAA), National Institutes of Health (NIH) has a requirement to procure a Confocal Microscope. 1)Stativ included 5 x Fluo + stage Research Microscope, 5x filterwheel, upright, Basic stand, digital microscope with motorized focus drive for transmitted light, Epi Fluorescence and confocal laser scanning microscopy combined simultaneous transmitted and reflected light. 7-fold objective revolver, M25 motorized Fluorescnece filterwheel, 5-fold motorized Fluorescence Intensity Manager (FIM). 2)Optical outfit standard configuration upright which should consist of: FSA Tube CS, switch able between eyepieces, photo/video or TCS SP5 port. Pair of eyepieces HC PLAN 10x/25 lamphouse and light source for illumination. Bright field condenser, with homogeny Illumination for Objective 1.25x – 100x, motorized switch able Condensor head 0.90 S1 Filter system I 3m /bkye-excitation. Filter system N 2.1, Green-excitation. 3)Microscope table with smooth top with the following: 2” thick, total dimensions 36” w x 30” d x 29” t, casters, Isolator natural frequency, High Input – Vertical = 1.2 Hz – Horizontal = 1.0Hz, Low Input – Vertical = 1.5-2.0 Hz – Horizontal = 1.2-1.7Hz, Isolation efficiency @ 5Hz, Vertical = 70-85% - Horizontal = 75-90%,, Isolation efficiency @ 10Hz, Vertical = 90-97% - Horizontal = 90-97%, Gross load capacity: 1,400 lbs., Net load Capacity: 350 lbs., surface finish: Electro-polished stainless steel frame, passivated or electro-polished stainless steel top 4)HC PL APO 10x/0.40 CS 5)HC PL APO 20x/0.70 CS High grade color corrected Plan Apochromat lends for confocal scanning application. High numerical aperture dry lens. 6)HCX PL APO CS 40x/1.25-0.75 Oil 7)HCX PLAPO 63x/1.4-0.6 oil CS 8)TCS SP5 confocal module with dichroic main beamsplitter. High sensitive, filter-free spectral detector with computer controlled adjustable bandwidth for all fluorescence channels. 9)Point Scanning system with adjustable speed 1 -1400 Hz X2Y-Scanner. 5 images/second, 512 x 512 ~54 Images/second, 512 x 16 Max. Image resolution 8192 x 8192 Line frequency up to 2800 Lines/second. Scanfield with 21, 2 mm. 10)Spectrometer, 3 Channels detector. Detection range 400 nm-800 nm. Edge-positioning: 1nm, Transparencey: 100% Bandwidth max: 400nm Bandwidth Min: 5 nm, Edge steepness = 1% Gapless sampling. Sampling speed: 40 Mhz. Unique Features of the System shall include the following: 1)Scanning System Shall be a true Point Scanning system with a field of view index of 22 mm and formats from 16 x 16 up to 8,192 x 8,192 pixels, with the option for a dual Tandem scan mirror assembly for both Conventional Scanning and Resonant Scanning. The Tandem Scanner allows image acquisition rates of between <1 frame per second and more than 300 frames per second. Dual scanners shall reside in the same scan head and be software switchable without any need for re-alignment. Shall facilitate Scan Field Rotation of at least 200 degrees without changing the deflection angle of scan mirrors to ensure maximum scan linearity and speed stability. 2)Laser Selection Scan Head shall allow for Dual UV, Visible and Dual IR 2 Photon lasers to be coupled simultaneously. Visible laser port shall accommodate up to 5 visible wavelength lasers (up to 8 lines) via a fiber optic coupling. 3)Detection System Prism Based Spectrophotometer essential for maximum sensitivity (with at least 95% transmission). This enables long term live cell imaging experiments. This facilitates long term live cell imaging experiments with the lowest possible laser power for cell viability. Essential to have 5 independent and simultaneous spectral detectors with continuous tenability. This enables simultaneous acquisition of multiple fluorophores without spectral bleedthrough and crosstalk. Detection system must maintain stable image intensity. 4)General System must offer high-throughput fiber optic Broadband communication between the scan head and data acquisition computer. Thus allowing very high data throughput for high-speed acquisition in live cell imaging. System should offer dual control via both software and control panel. A control panel allows the user to keep his or her eyes on the image as imaging adjustments are made. The following factors shall be used to evaluate offers: 1) Technical capability to meet and fulfill required specifications and 2) Price. The Government informs all offers that technical capability and price will be equally evaluated in determining the best overall best value to the Government. No specific tradeoff have been identified, however, any/all risks to the project and overall performance (technical and price) in meeting the goals of the solicitation will receive paramount consideration before selection of the vendor/awardee. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications – Commercial Items with its offer. The provisions of FAR Clause 52.212-1 Instructions to Offerors – Commercial Items; FAR Clause 52.212-2, Evaluation – Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions – Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items – Deviation for Simplified Acquisitions applies to this acquisition. The offeror must include their Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of providing the Government with the equipment specified in this synopsis should submit their quotation to the below address. Quotations will be due twelve (12) calendar days from the publication date of this synopsis or September 22, 2009. The quotation must reference “Solicitation number” NIH-NICHD-RECOVERY09-04-1. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) 6100 Executive Blvd, Room 5Z00, Rockville, MD 20852 Attention: Patricia Haun. Faxed copies will not be accepted PLEASE NOTE: In order to receive an award, contractor must be registered and have valid certification in the Central Contractor Registration (CCR) http://www.ccr.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NICHD/NIH-NICHD-RECOVERY09-04-1/listing.html)
 
Record
SN01952259-W 20090913/090912003048-bcbc590a6b31453d18527edc33041600 (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.