Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2005 FBO #1321
SOLICITATION NOTICE

66 -- Cell Observation System

Notice Date
7/7/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
SB1341-05-Q-0779
 
Response Due
7/19/2005
 
Archive Date
8/3/2005
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS UNDER THE AUTHORITY OF THE FEDERAL ACQUISITION REGULATION (FAR) SUBPART 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS, AND IS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is unrestricted and all responsible offerors may submit a quote. The National Institute of Standards and Technology (NIST) has a requirement for a full environmental incubation cell observation system. This instrument will be used for monitoring the behavior of cells located in numerous positions on a stage by using optical measurements to detect the cell response as they are stimulated with chemicals for extended periods of time (up to days). LINE ITEM 0001: Quantity one (1) each Cell Observation System meeting the following required specifications: 1. The system must have parts, including lamps and objectives that are interchangeable with those in existing Zeiss microscopes. NIST?s existing microscopes are: (1) Axiovert 25; and (2)Confocal Microscope Axioplan 2; both from Zeiss; 2. Data files must be compatible with the LSM 5 and Axiovision software packages on existing Zeiss microscopes for compatibility of data analysis; 3. The system must have a capability in the turret that eliminates potential vibrations while changing between fluorescence filter positions; 4. The system?s motorization of focus drive, filter wheels, or shutters must be built-in and not provided as a third-party unit for ease of operation, programming, and automatic control; 5. The system must have a built in computer-controllable high-speed fluorescence shutter (150ms or better) so that the cells are not affected by constant light exposure; 6. The Z-Motor for vertical control of the stage must have a minimum step size of 25nm and a total range of travel of 10mm or more; 7. The system must be capable of recording up to at least five different channels of fluorescent and transmitted light; 8. The system must be capable of differential interference contrast (DIC) microscopy on plastic and glass substrates. 9. The system must allow the operator to temporarily interrupt and resume an experiment to allow observation or any experimental changes and manipulations; 10. The incubation (humidity, CO2, and culture fluid) and temperature regulation systems must be fully intergraded with the system and must meet or exceed the performance of standard commercial cell incubation systems. System should maintain constant temperatures in the range between 5 degrees C to 60 degrees C, and should maintain the CO2 concentration between 0 to 5%. 11. The autofocus function in the system must allow for 100% focus on all focal planes in every XY position within the range of the system; 12. The system must have the capability to monitor the behavior of cells located in numerous positions on a stage by using optical measurements to detect the cell response as they are stimulated with chemicals for extended periods of time - two to three days at a minimum. The Contractor shall provide a description of the warranty provided for the equipment. Delivery shall be FOB DESTINATION and shall be completed in accordance with the Contractor?s commercial schedule. FOB DESTINATION means: The Contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Award shall be made to the offeror whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, and 3) Price. Technical and Past Performance, when combined, are equal in importance to price. Past performance and price shall not be evaluated on quotes determined technically unacceptable in accordance with the Technical Capability evaluation criteria. Evaluation of Technical Capability shall be based on the information provided in the quotation. Offerors shall include the manufacturer, make and model of the products, manufacturer sales literature or other product literature which addresses all specifications, and clearly documents that the offered products meet or exceed the specifications stated above. Past Performance shall be evaluated to determine the overall quality of the product and service provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10). The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors ? Commercial; and 52.212-3, Offeror Representations and Certifications ? Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 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 including subparagraphs: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its? offer); (7) 52.219-8, Utilization of Small Business Concerns; (10) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its? offer); (14) 52.222-3, Convict Labor; (15) 52.222-19, Child Labor?Cooperation with Authorities and Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52.222-26, Equal Opportunity; (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (21) 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; (25) 52.225-3, Buy American Act?Free Trade Agreement?Israeli Trade Act; (26) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; (27) 52.225-15, Sanctioned European Union Country End Products; and (31) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All offerors shall submit the following: 1) An original and one copy of a quotation which addresses all Line Items; 2) Technical description and/or product literature; 3) Description of commercial warranty; and 4) A copy of the most recent published price list(s); (5) A list of at least three (3) references to whom the same or similar equipment has been provided. The list of references shall include, at a minimum: The name of the company or organization and the reference contact person; the telephone number of the reference contact person; the contract or grant number; the amount of the contract; the address and telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed.. All quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received not later than 3:30 p.m. local time on July 19, 2005. FAX quotations shall not be accepted. E-mail quotations shall be accepted.
 
Place of Performance
Address: Contractor's Site
 
Record
SN00842760-W 20050709/050707211800 (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.