Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2008 FBO #2319
SOLICITATION NOTICE

66 -- ANALYTICAL HYPERSPECTRAL/MULTISPECTRAL IMAGING SYS

Notice Date
3/31/2008
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, VA, 23510, UNITED STATES
 
ZIP Code
23510
 
Solicitation Number
EA133C-08-0005C
 
Response Due
4/7/2008
 
Archive Date
4/22/2008
 
Point of Contact
Sybil Custer, Contract Specialist, Phone 757-441-6889, Fax 757-441-3786
 
E-Mail Address
Sybil.S.Custer@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Solicitation from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), to provide ONE Microscope Mountable Analytical Hyperspectral Multispectral Imaging System, as provided herein, for the National Oceanic Services (NOS), Center for Coastal Environmental Health, Charleston, South Carolina. The North American Industry Classification System (NAICS) code is 334516, with a Size Standard of 500 employees. This is a 100% small business set aside procurement. This constitutes the only Request for Quote (RFQ), written offers are being requested; and a written RFQ will not be issued. All future information regarding this acquisition, including amendments, will be distributed solely through this website. Hard copies of the solicitation will not be available. Interested parties are responsible for downloading their own copy of amendments (if any) and monitoring the website to ensure that they have the most up to date information regarding the acquisition. All questions resulting from this solicitation must be submitted in writing via email to Sybil.S.Custer@noaa.gov. Reference the solicitation number in the subject line of your email. Offers and all required documents maybe submitted electronically, mail carrier, or via fax (757)664-3642, however; the Government shall not be responsible for the malfunction of electronic machinery or mail carrier error. The award will be made around April 17, 2008. Submit all documents to the NOAA/Eastern Region Acquisition Division, 200 Granby Street, Suite 815, Norfolk, Virginia 23510, Attn: Sybil Custer. Contractor must have a valid DUNS number and be registered in the Central Contractor Registration (CCR) database, with an active status, to be eligible for award. For additional information and to register in CCR, please access the following website: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. This notice is hereby issued as RFQ No EA133C-08-RQ-0005C. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18. The line item(s) will be provided in accordance with the specifications listed herein. The prices shall be all inclusive of costs. All offers in response to this RFQ must be submitted NO LATER THAN April 07, 2008, 4:00 pm EST. The FAR clauses incorporated into this acquisition shall be: 52.212-1 Instruction to Offerors ? Commercial Items (Nov 2006), 52.212-3 Offeror Representations and Certifications ? Commercial Items (Nov 2005), 52.212-4 Contract to Implement Statutes or Executive Orders ? Commercial Items (Jun 2007), 52.217-6 Option for Increased Quantity (Mar 1989). Provisions and clauses are available for full text viewing and downloading by accessing the following website: www.arnet.gov. SPECIFICATION REQUIREMENTS: 1. The analytical hyperspectral/multispectral imaging system (AHMIS) must be compatible with existing microscopes which are Olympus models: MVX10 Macroview and BX51W1 and interface with inverted and upright microscopes as an accessory with ease of exchangeability; the physical size should be small enough to be compatible with convenient microscope mounting 2. The AHMIS must acquire hyperspectral data simultaneously from entire microscopic field of view (FOV), with no movement of the specimen required 3. The AHMIS must contain a computer operated stage with less than or equal to 10nm step increments to provide the ability to scan an entire specimen or slide over a programmable time span 4. The AHMIS must contain a calibration system (high quality lamp system) and alignment tools 5. The AHMIS spectral range should equal or exceed 360-920nm; spectral accuracy should be equal to or less than 0.3nm over a range of 365-800nm; spectral resolution should be equal to 1 nm. 6. The AHMIS should include two (2) high quality CCD cameras with appropriate mounts, one a cooled CCD to acquire wavelength information (capable of obtaining a wavelength range of 365-920nm or greater) while the other to capture the visual image of the same field of view. The AHMIS spatial resolution should be less than 0.6 micron at the sample (e.g. at 25 micron slit width and with a 40X objective) 7. The AHMIS slit height must be equal to or less than 5 millimeters; Slit width equal to or less than 25 microns. 8. The AHMIS must contain software capable of controlling entire system ? e.g. cameras, spectrometer, movable stage, and data analysis/storage; capable of acquiring hyperspectral data on a pixel basis as well as sorting complex emission patterns for identification of individual fluorescent sources; must also provide standard spectroscopy functions including absorption, % reflection, % transmittance as well as CIE color measurement and standard file mathematical processes; the software should be capable of providing spectral histograms, spectral topographical mapping and enhancement (multi-scans) of the same area of interest over time; software should be capable of storing spectral patterns in a library to be used for future comparison; Operational software should be compatible with Microsoft XP Professional (upgrade to Microsoft Vista should be an option). Data processor should be compatible with Windows XP Professional. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (31-MAR-2008); 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.fbo.gov/spg/DOC/NOAA/EASC/EA133C-08-0005C/listing.html)
 
Place of Performance
Address: Charleston, SC
Zip Code: 29412
Country: UNITED STATES
 
Record
SN01545702-F 20080402/080401073249 (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.