Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2004 FBO #1006
SOLICITATION NOTICE

66 -- Multispectral Imaging Flow Cytometer

Notice Date
8/26/2004
 
Notice Type
Solicitation Notice
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817
 
ZIP Code
20817
 
Solicitation Number
RFQ4082
 
Response Due
9/9/2004
 
Archive Date
9/24/2004
 
Point of Contact
Steve Gunn, Purchasing Agent, Phone 301-496-2814, Fax 301-480-3695, - John Foley, Contracting Officer, Phone 301-402-2284, Fax 301-480-0689,
 
E-Mail Address
sgunn@niaid.nih.gov, jfoley@NIAID.NIH.GOV
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format of FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is being issued as a Request For Quotes(RFQ). Submit offers on RFQ4082. This solicitation and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2001-24. This acquisition will be processed under Simplified Acquisition Procedures. This is a small business set-aside. The North American Industry Classification System Code Number 333314 and the small business size standard is 500 employees. The National Institute of Allergy and Infectious Diseases is issuing a request for quotations (RFQ4082) for the procuring of a Multispetral Imaging Flow Cytometer. The Multispectral Imaging Flow Cytometer shall be comprised of the following components and features. 1) Arc Lamp Brightfield Illuminator; 2) Darkfield Illuminator; 3) Fluorescence Excitation; 4) 200 Milliwatt Solid State 488nm Laser; 5) Time-Delay Integration Detection System; 6) Custom Designed Detector offering independent Setting for Six Image Channels; 7) Automatic Focus; 8) Lateral Core Tracking; 9) Cell Velocity Detection System; 10) Feedback Control over Detector and Objective Lens Actuator; 11) Automatic Agitation During Data Acquisition; 12) On board Reagents and Fluidics Scripts; 13) IDEAS Software Package; 14)Installation and set up of the Multispectral Imaging Flow Cytometer; 15) Testing and trouble shooting Equipment; 15) Training to Operate Equipment. The Multispectral Imaging Flow Cytometer shall have the capabilities to perform the following functions. Obtain up to six images of every cell in flow and image up to 100 cells per second with resolution of 0.5 microns and 10 bit per pixel image digitization. The simultaneous images acquired from each cell in flow shall include brightfield, which provides a measure of overall cell size, structure and morphology. Darkfield which localizes and quantitates light scattered by sub-cellular structures. Up to four fluorescence images, which quantitate the amount and location of biomolecules of interest in standard FL1, FL2, FL3 and FL4 color channels The resolution settings of the Multispectral Imaging Flow Cytometer at imaging highest pixel size 0.5 microns and throughput of 100 cells per second. Resolution set at imaging high pixel size 1.0 microns and throughput of 200 cells per second. Resolution set at imaging medium pixel size 2.0 and throughput of 500 cells per second. Resolution set at cytometer mode pixel size 4.0 and throughput of 1000 cells per second. The following evaluation Criteria shall be used to evaluate offers: a) Price; b) Technical capability to meet the governments need; c) Delivery; d) Warranty. FOB Point shall be Destination, inside delivery required to Bethesda, Md. 20892. This will be a fixed-price contract. The following Federal Acquisition Regulations provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial items; FAR 52.212-2 Evaluation-Commercial Items; FAR 52.212-3 Offerors Representations and Certifications Commercial Items; FAR 52.212-4 Contractor Terms and Conditions-Commercial Items; FAR 52.212-5Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items; FAR 52.225-3 Buy American Act also applies; FAR 52.104-7 Central Contractor Registration. Offerors shall include with their offer a completed copy of provision at FAR 52.212-3 Offerors Representations and Certifications Commercial Items. The Government intends to make a Best Value Buy to the responsible offeror whose offer is most advantageous to the government. As prescribed in 4.1104, use the following clause (52.204-7): Central Contractor Registration (Oct 2003) (B)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchase agreement resulting from this solicitation. Copies of the aforementioned clauses are available upon request by telephone to Mr. Steve Gunn at (301) 402-2282. All responsible sources may submit offer that will considered by this agency. Offers must be submitted no later than 5:00P.M. Eastern Daylight Time September 9, 2004. For delivery through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Suite 2NE70, Room/2NE52C, Bethesda, Maryland 20817-4812. Electronic transmissions will not be accepted. Request for information concerning this requirement are to be addressed to Mr. Steve Gunn at (301) 402-2282. Collect calls will not be accepted.
 
Place of Performance
Address: National Institutes of Health,, Bethesda, Maryland
Zip Code: 20892
Country: USA
 
Record
SN00655275-W 20040828/040827093526 (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.