Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2010 FBO #3212
SOLICITATION NOTICE

66 -- Integrated Optical Microscopy and Hyperspectral Imaging System

Notice Date
9/8/2010
 
Notice Type
Presolicitation
 
Contracting Office
Environmental Protection Agency, U.S. Epa, Cincinnati Procurement Operations Division, 4411 Montgomery Road - Suite 300, Cincinnati, OH 45212
 
ZIP Code
45212
 
Solicitation Number
RFQ-OH-10-00178
 
Response Due
9/14/2010
 
Archive Date
10/14/2010
 
Point of Contact
Point of Contact, Garry Plear, Purchasing Agent, Phone (513) 487-2054
 
E-Mail Address
U.S. Environmental Protection Agency
(plear.garry@epamail.epa.gov)
 
Small Business Set-Aside
N/A
 
Description
NAICS Code: 333314 The U.S. Environmental Protection Agency (EPA), Office of Research and Development (ORD), National Risk Management Research Laboratory(NRMRL), located in Ada, OK has a requirement for the purchase of an Integrated Optical Microscopy and Hyperspectral Imaging System. This is a combined synopsis/solicitation for brand name or equal commercial items prepared in accordance with the format in FAR Subpart 11.104 and 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. Refer to RFQ-OH-10-00178 when responding to this request. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-36. This acquisition is set-a-side for small business. The NAICS codes are 334516, the size standard for this code is 500 employees. All supplies shall be provided to the U.S. EPA National Risk Management Research Laboratory, located at RTP, North Carolina 27711. The F.O.B. point shall be destination. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items is applicable and the specific evaluation criteria are included in Attachment B Technical Evaluation Criteria. Offers shall provide descriptive technical literature in sufficient detail to demonstrate that the items offered meet the minimum requirements specified in Attachment A Statement of Work. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. This clause may be found on the Internet at the following site: http://orca.bpn.gov/. Clause FAR 52.212-4, Contract terms and Conditions-Commercial Items, applies to this acquisition. The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Under FAR 52.212-5 paragraph (b), the following additional clauses apply to this acquisition: 52.222-50, Combating Trafficking in Persons (FEB 2009), 52.233-3, Protest After Award (AUG 1996), 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995), 52.219-8, Utilization of Small Business Concerns (May 2004), 52.222-3, Convict Labor (June 2003), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007), 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act (Jun 2009), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003). These documents can be found at: http:www.epa.gov/docs/etsdop/. Offerors shall submit 1 copy of their offer, referencing RFQ-OH-10-178, no later than, September 14, 2010 at 3:00 PM EST to Garry Plear as follows: via email at plear.garry@epa.gov or via fax at 513-487-2107. Quotations may be sent via regular mail to: U.S. EPA, ATTN: Garry Plear, Mail Code: NWD-CPOD, 26 West Martin Luther King Drive, Cincinnati, OH 45268, or via Express Mail/Hand Carry to: U.S. EPA, 4411 Montgomery Road, Suite 300, Norwood, OH 45212. Questions may be submitted in writing to Garry Plear at FAX number 513-487-2107 or via e-mail at plear.garry@epa.gov.Attachment ARequired Items and Minimum Performance SpecificationsRFQ-OH-10-00178 ITEM 1: Integrated Optical Microscopy and Hyperspectral Imaging System Equipment Description1. CytoViva 150 Unit or Equal, 2.CytoViva Hyperspectral Imaging System 1.0 or Equal, 3.Olympus BX41 Microscope-Cube Turret (HSI) or Equal, 4.U-M610 Blank Fluoresence Cube or Equal, 5.21000 50/50 Beamsplitter, 38mm x 26mm or Equal, 6.Olympus X-Cite 120 Collimating Adapter BX (P/N: P810-00032) or Equal7. Dagexcel-M Digital Firewire Camera - cooled or Equal8. CytoViva Environmental Chamber or Equal9. Training/Installation with 2 each EPA Lab Personnel10. HSI Software maintenance (1 year)11. HSI technical support (9 months) Minimum Specifications - The following are the minimum functional and performance characteristics of the required Integrated Optical Microscopy and Hyperspectral Imaging SystemTechnical Specifications: Must have the ability to provide all of the requirements listed below as a single-sole source provider on an integrated hardware and software platform.Must create a high signal to noise obique angle illumination enabling optical observation and hyperspectral data capture of nanomaterials with sizes equal to or smaller than 50nm; including noble metals, carbon based, and polymeric nonomaterials, Must provide this oblique angle illumination with pre-aligned Koehler alignment of the light and the ability to manually combine the main feature of critical illumination by adjustment of the condenser mount, Must have the ability to integrate live cell and micro-fluidics capability (for future use) on an integrated basis with the microscope for real time observation and spectral analysis of nanoscale materials, Must provide spectral resolution and must be equal to or less than 1.5nm across the visible near infrared wavelengths from 400nm - 1,000nm, Must provide for integrated control of settings for hyperspectral scans from the hyperspectral image analysis software including the following: spatial area for the hyperspectral scan, magnification of objectives, exposure setting, and ability to measure dark current, Must provide the ability to capture full VNIR 400 - 1,000nm spectral data within each pixel of a scanned area, The system must be able to scan a total of equal to or greater than 1,392 x 700 pixels in this area with individual pixel spatial areas equal to or smaller than 64nm, Must present hyperspectral data as an RGB image and the ability to perform real time measurements of the full VNIR spectra within any single pixel area of the scanned field of view, Must provide the following minimum hyperspectral image analysis functionality: build library spectra of identified sample components, map pixels of scanned images based on pre-built library spectra and use angles of radian to determine specificity of spectral matches for mapping, must create mean spectra and normalize to compare spectra of area of interest from multiple samples, Must conduct principle component analysis to identify unique spectra from different samples containing very similar chemistry, must have the ability to segment these identified unique spectra to form new more refined spectral libraries for each sample. These functional performance characteristics of the brand name item must be inherent in an "Equal" item to be acceptable for award. Attachment B Solicitation Description, Instructions, & Evaluation CriteriaRFQ-OH-10-00178 1. Solicitation Description and Instructions: This is a competitive request for quotation for a Brand Name or Equal Integrated Optical Microscopy and Hyperspectral Imaging System to be used by the U.S. Environmental Protection Agency, Office of Research and Development, National Risk Management Research Laboratory. Quotes shall be submitted electronically, by emailing quotes by attachment, preferably in PDF format, to plear.garry@epa.gov, by fax to (513)487-2107 with attention to Garry Plear, or by any other means reasonably calculated to reach the contracting office. Email is the preferred method of submission. Offered prices shall include a breakdown of price, by line item, and a total price of all line items combined. Offered price shall include all shipping and delivery fees based on FOB-Destination. Technical Evaluation Criteria The Government will award a purchase order on a best value basis 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: Technical acceptability of the item offered to meet the Government's requirement, and Offers shall provide technical descriptions with sufficient detail to demonstrate that the items offered meet the minimum requirements in the Performance Specifications (Attachment A)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/RFQ-OH-10-00178/listing.html)
 
Record
SN02273113-W 20100910/100908235829-438a4a4e242e9f1244b1f8df023b9bd7 (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.