Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2008 FBO #2456
SOLICITATION NOTICE

66 -- Microscope Image Analysis System

Notice Date
8/15/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320, 3900 NCTR Road, Jefferson, Arkansas, 72079-9502
 
ZIP Code
72079-9502
 
Solicitation Number
FDA-SOL-08-00856
 
Archive Date
9/9/2008
 
Point of Contact
Regina R. Williams,, Phone: (870) 543-7012
 
E-Mail Address
regina.williams@fda.hhs.gov
 
Small Business Set-Aside
N/A
 
Description
The Food and Drug Administration intends to award a Purchase Order for the supplies listed below. The requirement will be awarded using Simplified Acquisition Procedures in accordance with FAR Part 13.5. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (ii) The solicitation number is FDA-SOL-08-00856. This solicitation is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26, June 12, 2008. (iv). The associated North American Industry Classification System (NAICS) Code is 334516 – Analytical Laboratory Instrument Manufacturing, Small Business Size Standard 500 Employees. (v) The Food and Drug Administration is soliciting for a Microscope Image Analysis System with the following requirements: The system must be able to measure up to 100 mm in height at a vertical (z axis) 10 nm spatial resolutions. Measure vertical angles equal to or greater than 80 degrees slope. Must have stage capacity able to accommodate heavy objects (i.e. >30lb), measure and seamlessly stitch 3D and 2D images and data sets up to 100 mm x 100 mm in the X, Y axis. Measure samples without any sample preparation. Produce high quality data sets in the x, y and z in true color results and not monochrome or pseudo color. Perform 3D calculations based on the accepted model that conforms to ISO Standards covering surfaces that behave like a soap film on true color reconstructed data sets from vertical samples. Must allow automation program(s) to be modified using simple syntax via scripting (i.e. JavaScript). The systems 2D image analysis can perform manual and semi-automatic measurements of simple features. Must have the ability to write on the images and save measurement results in a database. Include the ability of automatic searches of equally shaped structures on the image. Perform volumetric analysis that calculates the volume of debossings (i.e. in tablets) and protrusions with the measurement directly on the optical color image. Perform automatic calculations of the reference plane from 3D points. Perform measurements and characterization of common surfaces and complex geometries of components of surfaces. Perform automatic measurement of various physical features, measurement of roundness, evenness and alignment of sphere and measurement of cylindrical forms. Must allow for specialized measurements of surface structures and provide various image analysis calculations’ functions. Perform profile analysis of a sample (e.g. roughness and contour measurements) which conforms to ISO standards. Perform measurements of roughness, waviness and contour using recognized international ISO standards. Povide desktop software that allows full analysis and viewing of 3D and 2D data sets/images produced. Import Z Axis image stacks from any optical microscope and produce compatible images with 3D data and fully extended depth of focus sharp images. Have the capability to effectively capture spectral variation between over-illuminated and under-illuminated surfaces in a radiometrically-balanced image. Required results are to be well exposed in all specular areas and contain accurate topographic data sets. Obtain a 3D measurement that simultaneously captures the entire surface topographic information in combination with its true color information. The topographic and color information are registered to the 3D data file and 3D measurements and this must be performed directly on the optical color image. Measure steep edges and vertical sides. The analysis has the need of measurements that are up to 88° angle (steep). Measurement results of deep angles surfaces must be reproduced with a vertical resolution of up to 10nm; and with a minimum 50 nanometer resolution with 20 mm working distance. Must be factory calibrated and after installation a traceable calibration standard must be included with the system to allow for in-house calibration. The calibration standard must be traceable to a national or international standards laboratory. Complex geometries are measured with a vertical resolution of up to 10nm and in a single sweep up to 77mm measuring surface range, with a specific requirement of 50 nm resolution with a 20 mm of working distance. Volumetric measurements are performed directly in the optical image. Provide 3D images with full depth of focus and 3D surface measurement in true and false color. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations, or reject the terms and conditions of the solicitation, may be excluded from consideration. Contract type: Commercial Item – Firm Fixed Price. Simplified procurement procedures will be utilized. (vi) The period of performance is 140 days, or less after receipt of order (ARO), to be delivered by January 15, 2009. FOB Point of Delivery for Services and Supplies provided will be the Food and Drug Administration, Office of Regulatory Affairs, 6751 Steger Drive, Cincinnati, OH 45237. (vii) The provision at FAR 52.212-1 Instructions to Offerors – Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None. (viii) The provision at FAR 52.212-2 Evaluation – Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: 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 used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirement; (ii) past performance (see FAR 15.304); (iii) price. Technical and past performance, when combined, are equal when compared to price. The technical evaluation will be determination as to whether the proposed contractor is capable of providing the equipment. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustration, drawings, or other information) necessary for the government to determine whether the product meets the technical requirements. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the items to meet technical specifications as advertised by the offeror, past record of meeting delivery schedules and service/maintenance reputation. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. Offerors shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offerors equipment. (iv) Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items with its offer. Offers must be submitted on a SF-1449, which can be found at http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF (x) The clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. (xi) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6; 52.219-4; 52.219-8; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-39; 52.222-50; 52.225-1; 52.225-3; 52.225-13 and 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov. CCR Requirement – Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. It is the offeror’s responsibility to monitor the FedBizOpps website for any released amendments to the solicitation. (xii) A standard commercial warranty on parts and workmanship is required. (xiii) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. (xiv) Offers are due in person, by mail or fax on or before August 25, 2008 by 15:00 hours (Central Standard Time – Local Prevailing Time in Jefferson, Arkansas), at Food and Drug Administration OC/OSS/OFFAS, Attn: Regina Williams, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. (xv) For information regarding this solicitation, please contact Regina Williams @ (870) 543-7012, FAX (870) 543-7990, email regina.williams@fda.hhs.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=04a77df3a37af45f21d6bd2a69709929&tab=core&_cview=1)
 
Place of Performance
Address: Food and Drug Administration/Office of Regulatory Affairs, 6751 Steger Drive, Cincinnati, Ohio, 45237, United States
Zip Code: 45237
 
Record
SN01641609-W 20080817/080815223626-04a77df3a37af45f21d6bd2a69709929 (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.