Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2004 FBO #0906
SOLICITATION NOTICE

65 -- Commercial System which includes: The Nicolet ImageMax Focal-Plane Array IR Imaging System consisting of a Nicolet Nexus 870 step-scan spectrometer, an Nicolet ImageMax microscope, and a focal-plane array detector.

Notice Date
5/18/2004
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-04-T-0455
 
Response Due
5/21/2004
 
Archive Date
7/20/2004
 
Point of Contact
Chris Helman, 301-619-2265
 
E-Mail Address
US Army Medical Research Acquisition Activity
(chris.helman@amedd.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for 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; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. The U.S. Army Medical Research Acquisition Activity (USAMRAA) has a request for proposals under W81XWH-04-T-0455. A fixed-price contract will be awarded by 31 May 2004. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular. The solicitation has bee n set aside for small businesses and is associated with NAICS code 339111 under small business code standard of 500 employees. Deliver one system which includes: The Nicolet ImageMax Focal-Plane Array IR Imaging System consists of a Nicolet Nexus 870 ste p-scan spectrometer, an Nicolet ImageMax microscope, and a focal-plane array detector. THESE ITEMS MUST BE BRAND NAME OR EQUAL. As soon as possible (ASAP) To: Ty Lassiter, 6825 16th St. NW, Alaska Ave., Bldg. 53, Washington, DC 20306. ImageMax Continuμm XL FT-IR Imaging Feature Requirements The ImageMax Continuμm XL is a patented, infinity-corrected, optical design. It is the only IR Imaging microscope in which the beam entering the objective and leaving the condenser is collimated an Infinity Corrected Microscope. The system is a high performance Olympus BX 52 research grade visible microscope that does infrared spectroscopy and infrared spectral imaging This is a research grade imaging FT-IR and light microscope. The system has the best visual performance, and has excellent visual capabilities because it is the only Infinity Corrected microscope for Infrared on the market. Thus, no one else has this system advanced IR and micro sampling capabilities. See samples w ith ultimate clarity through research grade binocular viewer objectives. Single vendor supplied imaging system software package for system control, data collection, processing, visualization, manipulation and reporting. Only vendor that does not require third party software to run the system. Infinity correction helps optical quality and allows the use of visual contrast enhancements on a single system for Brightfield Kohler illumination, Fluorescence illumination, IR polarizer, Polarized light microscopy and DIC Differential Interference Con trast. The Thermo Electron Nicolet has great versatility with a interchangeable rotating 4-place nosepiece, which enables user to have multiple objectives and multiple nosepieces because of a dovetail mount for the nosepieces so that it is always perfectly align ed Reflachromat objectives automatically compensate for the ability to obtain sharp visible and chemical images even when working with samples supported on infrared windows. The Motorized micro positioning stage has three speed control with 0.2 sec end to end at 1um positional accuracy at fastest setting System can accommodate dual detectors installed in the microscope – choices are varied with a 32 element Imaging detector, InGas, MCT-A*, MCT-A, MCT-B and MCT-A 50um element detectors available. Gold coated optics throughout the spectrometer for highest sensitivity available. USB communication protocols for fast response. 3 ADC channels which collect and process digitized data in real time on the Continuum microscope for fast Image collection and processing speed. This system is ONLY Imaging system that can collect NearIR and MidIR data simultaneously 10,500 to 700 cm-1. Reflectance and transmission modes can select dual reflex aperture or pre-aperture settings. Dual aperture gives the truest spectra as stray/diffracted ligh t is minimized. Pre-aperture provides higher S/N when weak sample signals are present. Imaging mode – array detector, no aperture Two illuminators. 2x 250 watt illuminators for true bright color. TruView optics for simultaneous data collection while viewing sample. The use of dichroic optics to provide continuous view and collect. Get full view of the sample even with the aperture in the field of view. This is patented technology. No one else can provide this view or quality. Aperture in system adjusts aperture size and reports its digital dimension. Show X, Y, and angle control. The reflection, transmission, and aperture illumination is independently controlled. Plethoras of optical and infrared objectives are available. View Thru ATR objective to visually see what is being collected, with a Contact alert and Quantitative Contact alert for the ATR objective Only vendor with LOCAL Customer Support Laboratory (Lanham, MD), Service Engineers and Application Support Chemists for quick onsite response service and support. The Federal Acquisition Regulation (FAR) 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition. There are no addendments to this clause. The FAR clause 52.212-2 Evaluation-Commercial Items is applicable and is included as follows: (a ) The Government will award a contract 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 u sed to evaluate offers and are included in the relative order of importance: Technical Evaluation, Past Performance and Price. Technical Evaluation is 40%, Past Performance is 40% and Price is 20% which equals 100%. All offerors must include a completed copy of the provisions at FAR 52.212-3, Offerors Representation and Certifications-Commercial Items. FAR 52.212-4 Contract Terms and Conditions-Commercial Items apply to this acquisition and there are no addendments. FAR 52.212-5 Contract Terms and Cond itions, Required to Implement Statues or Executive Orders-Commercial Items applies to this acquisition and the following clauses are applicable to this acquisition: 52.219-8 Utilization of Small Business Concerns; 52.222.21 Prohibition of Segregated Facil ities; 52.222-26 Equal Opportunity, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. There are no additional contract requirements or terms and conditions determined by the contracting officer to be necessary for this acquis ition and consistent with customary commercial practices. All offers are due by 2:00 p.m. on 21 May 2004 at USAMRAA, Attn: MCMR-AAA-R, 820 Chandler Street, Fort Detrick, MD 21702-5014. All questions should be directed by e-mail to chris.helman@amedd.ar my.mil. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (18-MAY-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/USAMRAA/DAMD17/W81XWH-04-T-0455/listing.html)
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
Country: US
 
Record
SN00588006-F 20040520/040518212510 (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.