Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2010 FBO #3324
MODIFICATION

66 -- Electron Microscope (transmission)

Notice Date
12/29/2010
 
Notice Type
Modification/Amendment
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, Maryland, 20814-4799
 
ZIP Code
20814-4799
 
Solicitation Number
HU00011290
 
Archive Date
2/8/2011
 
Point of Contact
Steve H. Beck, Phone: 301-295-3970, Zamora Olin, Phone: 301-295-3922
 
E-Mail Address
Steve.Beck@usuhs.mil, Zamora.Olin@usuhs.mil
(Steve.Beck@usuhs.mil, Zamora.Olin@usuhs.mil)
 
Small Business Set-Aside
N/A
 
Description
Note: On 29 Dec, this synopsis/solicitation was amended to change the synopsis/solicitation number to HU0001-11-Q-0290. This is an unrestricted requirement. The Uniformed Services University of the Health Sciences (USUHS) located on the National Naval Medical Center (NNMC) in Bethesda, MD intends to purchase an electron microscope. This is a combined synopsis/solicitation for a commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The solicitation number is HU0001-11-Q-0290, and it is being issued as a requested for quotation RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46, effective 29 OCT 2010. NAICS code 334515 applies. The required delivery date is 240 days ARO. CLIN Description 0001 Transmission Electron Microscope, assembly, and training $_________ each 0002 Removal & disposal of old microscope $_________ each USUHS intends to purchase a fully integrated digital imaging system. Specifications: 1) The digital camera must communicate with the microscope to ensure the image parameters (which must include magnification, apertures, and microscopic settings), are automatically recorded 2) The software must automatically acquire adjacent fields of view and stitch them together into a montage of images. 3) The microscope must be capable of imaging at magnifications ranging from low (<100x) to very high (>150,000X), and at accelerating voltages ranging from 40-100 keV. A series of user selectable condenser and objective apertures must be supplied. A specimen rod with at least 3 specimen holding tips appropriate for holding standard 3mm grids is required. 4) The microscope must be fully assembled by the vendor. 5) Filament changes and subsequent alignment procedures must be simple enough to be performed by the staff at the Biomedical Instrumentation Center (BIC). BIC personnel must be trained on the routine instrument use as well as filament change and microscope alignment procedures. The vendor must propose their post-sale service support as well as provide prices for additional spare parts (to include filaments) and the hourly service fee. 6) The microscope, power supply, and all accessories (sans the water chiller and air compressor), must fit in a room measuring 10 feet long x 12 feet wide. The equipment must fit through a standard sized door (before final assembly). 7) FOB Destination. 8) Vendor must take title to, remove, and dispose of the old electron microscope. Additional Features: These features are not mandatory, but offerors providing these features will be viewed more favorably. These features will be weighed equally: 1) Digital camera should be able to move to different positions(for wide-angle and high-resolution photos), and allow the user to easily switch between the different positions. 2) System should contain a plate film system. 3) System should contain an additional Wehnelt assembly in order to minimize downtime during filament changes. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price. The following FAR and DFARS provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 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 52.215-5 Facsimile Proposals 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 Disabled Veterans (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 53.233-2 Service of Protest 252.204-7004 Required Central Contractor Registration. Alternate A; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. 52.252-2 Clauses Incorporated by Reference 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/far Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 24 January 2011 at 1000 hrs local time. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Steve Beck at steve.beck@usuhs.mil or submitted via fax to (301) 295-1716, Attn: Steve Beck. Please reference the solicitation number on your quote. Any questions regarding this solicitation should be E-MAILED OR FAXED on or before 07 January 2011 at 1000 hrs local time. No questions will be accepted after this date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USUHS/BethesdaMD/HU00011290/listing.html)
 
Place of Performance
Address: Uniformed Service University of the Health Sciences, 4301 Jones Bridge Road, Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN02352107-W 20101231/101229233904-39b32020bba315294aca0949e55944c2 (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.