Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2003 FBO #0639
SOLICITATION NOTICE

70 -- DVC Intensicam 1412

Notice Date
8/28/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Research Contracts Br., 6120 Executive Blvd. EPS Suite 600, Rockville, MD, 20852
 
ZIP Code
20852
 
Solicitation Number
RFQ-NCI-30131-NV
 
Response Due
9/9/2003
 
Archive Date
9/24/2003
 
Point of Contact
Deborah Moore, Purchasing Agent, Phone (301) 402-4509, Fax (301) 402-4513, - Caren Rasmussen, Lead Contract Specialist, Phone (301) 402-4509, Fax (301) 402-4513,
 
E-Mail Address
dm170b@nih.gov, cr214i@nih.gov
 
Description
This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation, No. RFQ-NCI-20034-NV includes all applicable provisions and clauses in effect through FAR FAC 01-15. The acquisition is being made in accordance with the test program for using simplified procedures for certain commercial items authorized in FAR 13.6. The North American Industry Classification code is 334119, and the business size standard is 1000 Employees. This solicitation is set-aside for small business. The National Cancer Institute (NCI), Center for Cancer Research (CCR) plans to procure a Intensicam-1412 Digital Camera (INT 1412M), manufactured by DVC Company and Update (electronic) IPLab for Windows (e-UPDT-WIN) plus 1 additional user (e-UPDT-WIN Extra). The camera must have an intensifier to increase the sensitivity of detection without decreasing the resolution of captured images. This increase in sensitivity is necessary to allow shorter exposure times and the detection of protein, which are now barely discernible. In combination, this will allow more images to be taken during a single time-lapse experiment, increasing fluidity, and also extends the duration of a single experiment. The following salient characteristics must be met in order for ?equal? products to be determined acceptable: (1) High QE CCD: >62% @550nm; (2) Megapixel Resolution: 1392 (H) X 1040 (V) X 12 bits; (3) Fast readout: 18 MHZ; (4) Low Read Noise: 5-7 e @9MHz; (5) High Sensitivity: 0.001 fc for full video at 10 F/sec; (6) Long Term Exposure: Up to 15 min; (7) High Signal /Noise Ratio: >65 dB; (8) User Adj. Region of Interest: 100 f/ for 16xN ROI; (9) Selectable Beginning Modes: 1x1, 1x2, 2x2, 4x4, 8x8; (10) Progressive Scan; (11) Optional Output Configuration; (12) C-ViewTM: Image Capture and Control Software; (13) Asynchronous Reset: w/fast shutter SNAPSHOT mode; (14) Ultra-stable In-camera Digitization; (15) Precision Opto-mechanical mount; (16) Optional TE Cooler: -20oC (no fan required); (17) No Mechanical Shutter Required; and (18) CE/UL/CUL/FCC Certified. The camera shall be delivered FOB destination to the Center for Cancer Research, of the National Cancer Institute in Bethesda, Maryland no later than November 30, 2003. The contractor shall integrat the camera into CCR?s existing IPlab 3.6 for Windows with Motion Control extension imaging system and upgrade the following macros: 1) control of Nikon E1000 automation; 2) custom acquisition parameters for fluorescence and DIC; and 3) custom quantitation. Offerors must provide descriptive literature, or other materials that demonstrate that their offer meets the foregoing requirements. To be considered for award offers of ?equal? products, including ?equal? products of the brand name manufacturer must meet the the salient characteristics described above and be clearly identified by (1) Brand Name, if any; and (2) Make and model number. FAR 52.211-6 Brand Name or Equal clause is applicable. The Contracting Officer shall not be responsible for locating or obtaining any information not identified in the offer. The contract will be awarded to the responsible offeror with the lowest-price offer that fully meets the requirements of the solicitation. This solicitation incorporates the provisions at FAR 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS, and at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS. The latter provision includes the DUNS Number Addendum. The resulting contract will incorporate the requirements of the clause at FAR 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS, and the requirements contained in paragraphs (a) and (d) of the clause at FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS - DEVIATION FOR SIMPLIFIED ACQUISITIONS. The contract will also incorporate the following FAR clauses cited in paragraphs (b) and (c) of the latter clause: FAR 52.222-26, EQUAL OPPORTUNITY; FAR 52.222-35, AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA VETERANS; FAR 52.222-36, AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS; FAR 52.222.37, EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS AND VETERANS OF VIETNAM ERA; and FAR 52.225-3, BUY AMERICAN ACT - SUPPLIES. Offers are due September 9, 2003 at 1:00 p.m. EDT. Facsimile submission are not authorized. Offers must be in writing and should be submitted as follows: (1) one original and two copies of a completed SF 1449, signed by an individual authorized to bind the organization; (2) a Schedule of Offered Supplies/Services containing pricing for the system being offered, published price lists (if applicable), and a delivery schedule; (3) completed Representations and Certifications - Commercial Items, with DUNS Number addendum; (4) descriptive literature indicating that the offer meets the stated requirements; (5) acknowledgment of amendments, if any. The Representations and Certifications must be signed by an authorized representative of the offeror. Full text copies of the Representations and Certifications or other cited provisions and clauses may be obtained from Debbie Moore, Purchasing Agent, on (301) 402-4509 or by fax on (301) 402-4513. Offers and related materials must be submitted to Debbie Moore at the listed address. Offers that fail to furnish the required information or reject the terms and conditions of the solicitation may be excluded from consideration. Please cite the solicitation number on your offer. Any questions must be submitted in writing and may be e-mailed to dm170b@nih.gov or faxed to 301-402-4513. It is the vendors responsibility to call 301-402-4509 to insure questions have been received. No collect calls will be accepted.
 
Record
SN00414884-W 20030830/030828213232 (fbodaily.com)
 
Source
FedBizOpps.gov 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.