Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 03, 2015 FBO #4878
MODIFICATION

66 -- Electrophysiology System

Notice Date
4/1/2015
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
ACC-APG - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-15-T-0008
 
Response Due
4/8/2015
 
Archive Date
5/31/2015
 
Point of Contact
DeAnna Sivage, 575-678-4963
 
E-Mail Address
ACC-APG - Adelphi
(deanna.m.sivage.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of of this modification/amendment is to update the Salient Characteristics and solicitation document as well as to extend the response date to 08 April 2015. See text below and all attachments. (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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is: W911QX-15-T-0008. This acquisition is issued as an Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through: Federal Acquisition Circular 2005-79. (iv) The associated NAICS code is: 334516. The small business size standard is 500 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): * CLIN 0001: The Contractor shall provide an Electrophysiology System in accordance with the Salient Characteristics provided. (vi) Description of requirements: The Contractor shall provide an Electrophysiology system that meets the following specifications and characteristics: 1) Motorized microscope and platform system must be modular and allow for additional modification and configurations. 2) Platform must be tapped for surface mounting additional devices around the microscope. 3) Must include software control of micromanipulators. 4) Must possess both brightfield and fluorescent capabilities, including filter cubes. 5) Must use two (2) microscope objectives: a. 4x plan achromat objective, with a preferred working distance of 18.5 millimeters (mm) and numerical aperture of 0.1. b. 40x plan fluorite objective (water immersion), with a preferred 3.3 mm working distance and numerical aperture of 0.8. Must include a Differential Interference Contrast (DIC) prism, Green Fluorescent Protein (GFP) fluorescence cube set, Texas red fluorescence cube set and turret for six (6) fluorescence cubes. Infrared red (IR) compatible DIC condenser is required and must have 780 nanometer light - emitting diode (LED) modules suitable for IR DIC to attach to transmitted illumination port. 6) Must include inline temperature controller with inline heater and computer controlled perfusion system. a. Temperature controller must have the following: i. Temperature control from ambient to 50 degrees Celsius, with a minimum of 1 degrees Celsius accuracy, and continuous direct current (DC) output adjustable to 15 volts. ii. Must have independent bath temperature monitoring and external input for computer control. iii. Must have a fault protection circuit to prevent overheating of the sample in the event of a thermostat failure. b. The inline heater must be designed to operate with the temperature controller and must have output temperature from ambient to 50 degrees Celsius. It must be capable of handling perfusion flows of a minimum of two (2) milliliters (mL)/minute. c. Perfusion system must be programmable to control ten (10) pinch valves (eight (8) inflow and two (2) outflow preferred) and peristaltic pump with a minimum of four (4) rollers. Replacement tubing for pinch valves must be included. If an alternate to peristaltic pumps is offered, the Contractor shall provide a performance comparison of the system described. 7) Must include Scientific CMOS (sCMOS) camera and cameralink with high capacity computer. 8) Must include microelectrode amplifier model Axopatch 200B, Digidata acquisition system, and pCLAMP 10 software. 9) Must include a vibration isolation table with faraday cage enclosure. Table must be a minimum of 30 x 48 x 4 inches and must be stainless steel. Faraday cage desired size is 30 x 48 x 40 inches. (vii) Delivery is required: within eight (8) weeks After Receipt of Order (ARO). Delivery shall be made to US Army Research Laboratory, Aberdeen Proving Ground, MD. Acceptance shall be performed at US Army Research Laboratory, Aberdeen Proving Ground, MD. The FOB point is US Army Research Laboratory, Aberdeen Proving Ground, MD. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. 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, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror 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 proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include 3 records of sales from the previous 12 months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause. None (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10, 52.209-6, 52.209-10, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-13, 52.232-33. (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all local clauses can be found in the attached ACC-APG Adelphi Local Clauses Full Text document): 52.225-25, 252.204-0001, 252.203-7000, 252.203-7005, 252.204-7011, 252.223-7008, 252.225-7000, 252.232-7010, 252.247-7023, 252.232-7003, 252.244-7000, 252.247-7023. Section 508 Requirements (Attachment) Government Product/Service Accessibility (GPAT) Template - Software Application (Attachment) Government Product/Service Accessibility (GPAT) Template - Desktop Computer (Attachment) Government Product/Service Accessibility (GPAT) Template - Digital Camera (Attachment) Full Text clauses: 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013); 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (DEC 2013); APG-ADL-B.5152.204-4409 ACC - APG Point of Contact (Apr 2011); APG-ADL-B.5152.204-4411 Technical Point of Contact (Dec 2002); APG-ADL-B.5152.216-4407 Type of Contract (Sep 1999); APG-ADL-E.5152.246-4400 Government Inspection and Acceptance (Sep 1999); APG-ADL-G.5152.232-4418 Tax Exemption Certificate (Sep 1999); APG-ADL-H.5152.205-4401 Release of Information by Manufacturers, Research Organizations, Educational Institutions, and Other Commercial Entities Holding Army Contracts (Aug 2006); APG-ADL-H.5152.211-4401Alt Receiving Room Requirements- APG Alternate I (JAN 2003)APG-ADL- APG-ADL-L.5152.203-4440 AMC-Level Protest Program (Jul 2011); (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as None. (xv) The following notes apply to this announcement: Prices given in bids shall be in US dollars and valid through the time of payment (30 days after invoicing). (xvi) Offers are due on 08 April 2014, by 03:00 PM EST, via email to: Mrs. DeAnna Sivage, deanna.m.sivage.civ@mail.mil. (xvii) For information regarding this solicitation, please contact Mrs. DeAnna Sivage, Contract Specialist, (575)678-4963, deanna.m.sivage.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3195d50411d6e2ec948ddb3dd4bd1a5d)
 
Place of Performance
Address: ACC-APG - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
 
Record
SN03686675-W 20150403/150402000101-3195d50411d6e2ec948ddb3dd4bd1a5d (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.