Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2007 FBO #2082
SOLICITATION NOTICE

66 -- IVIS LUMINA FLUORESCENCE UNIT

Notice Date
8/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument 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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-NOI-RML-7035
 
Response Due
8/22/2007
 
Archive Date
9/6/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation, Notice of Intent. The Government intends to negotiate on a sole source basis with Caliper Life Sciences for a custom IVIS Lumina Fluorescence Unit, in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are not being requested and a written solicitation will not be issued. Submit offers on NOI-RML-7035. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18 dated 06/30/2007. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this procurement is 334516 and the small business size is 500. SCHEDULE: The Rocky Mountain Laboratories, (RML), has been charged with performing basic research contributing to the development of diagnostic reagents, therapeutics and vaccines against human bacterial pathogens. The RML has a need to purchase an in vivo biophotonic imaging system, which will assist in achieving those goals. This system shall have an integrated system design incorporating multiple components and features, be highly automated, and be optimized for both fluorescence and bioluminescence imaging. The in vivo biophotonic imaging system shall have an integrated design that incorporates computer controls or interface with chamber, cooling system and the high resolution CCD camera. There shall be a graphical user interface (U.S. Patent No. 6,614,452) for detection, quantification, analysis and storage of images. The in vivo biophotonic imaging system shall be automated with imaging parameters, hardware motor control, and image analysis controlled by state of the art software. The in vivo biophotonic imaging system shall feature a one inch thick square back-thinned, back illuminated Grade 1(one) CCD chip cooled to an operating temperature of -90C. The in vivo biophotonic imaging system shall be optimized for both bioluminescence and fluorescence imaging (U.S. Patent No. 6,894,289 and U.S. Patent No. 6,922,246). The fluorescence feature shall include a 12(twelve) position excitation filter wheel and an 8(eight) position emission filter wheel with 4(four) standard filter sets. Animal housing and imaging chamber (U.S. Patent No. 6,775,567 and U.S. Patent No. 6,901,279) shall be controlled through a computer-assisted adjustable stage that is also heated to prevent shock in the anesthetized animal. The in vivo biophotonic imaging system shall have a calibration device (U.S. Patent No. 6,919,919) for determination and calibration of absolute photon intensity for standardized measurements from experiment to experiment. The in vivo biophotonic imaging system shall be delivered to RML, and installed 3(three) weeks from award of the purchase order to the contractor. FOB Point shall be Destination, Hamilton, MT. Delivery location is Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, MT. The following FAR provisions and clauses apply to this acquisition: (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 purchasing agreement resulting from this solicitation; 52.212-1 Instructions to Offerors Commercial Items; FAR52.212-2 Evaluation Commercial Items; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52-212.5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items; By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall have posted their FAR 52.212-3 Offerors Representations and Certifications Commercial Items at website http://orca.bpn.gov. Award will be based on the capability of the item offered to meet the above stated salient characteristics, delivery, price, warranty, and the best value to the government. Offers may be mailed to Julienne Keiser at Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, Mt 59840, faxed to the POC indicated above (Fax - 406-363-9288), or e-mailed at (JKeiser@niaid.nih.gov). Offers must be submitted not later than 4:30 PM (MDST), 8/22/07. Copies of the above-referenced clauses are available from http://www.arnet.gov/far/current/html/52_000_107.html or upon request, either by telephone or fax. All responsible sources may submit an offer that will be considered by this Agency.
 
Place of Performance
Address: ROCKY MOUNTAIN LABS, 903 S. 4TH STREET, HAMILTON, MT
Zip Code: 59840
Country: UNITED STATES
 
Record
SN01364223-W 20070809/070807220515 (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.