Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2011 FBO #3487
SOLICITATION NOTICE

66 -- High Speed Video Camera Recording System

Notice Date
6/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
1089288
 
Archive Date
7/1/2011
 
Point of Contact
Howard Nesmith, Phone: 870-543-7459
 
E-Mail Address
howard.nesmith@fda.hhs.gov
(howard.nesmith@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) format in 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. The government intends to issue a Purchase Order in accordance with FAR PART 13.106 for the attached requirement under Simplified Acquisition Procedures. The solicitation number is 1089288. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-50, May 16, 2011. The associated North American Industry Classification System (NAICS) Code is- 333315 - Photographic and Photocopying Equipment Manufacturing; Small Business Size Standards is 500 in number of employees. This combined synopsis/solicitation is set-aside for Small Business. Respondents are responsible for delivery in person, by e-mail, fax, mail or other delivery method their complete proposal and any additional documents before 9:00 am (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on June 16, 2011 to howard.nesmith@fda.hhs.gov, Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration, OC/OSS/OAGS, Attention of Howard Nesmith, 3900 NCTR Road, Jefferson, AR 72079-9502. PLEASE NOTE - The above contact information is for the Contracting Office and not necessarily the delivery address. The delivery address is indicated in the FOB Destination section below. When appropriate, Respondents should consult with delivery providers to determine whether their documents will be delivered prior to the scheduled time. For information regarding this solicitation, please contact Howard Nesmith by e-Mail at howard.nesmith@fda.hhs.gov, Phone (870) 543-7459, or FAX (870) 543-7990. The Food and Drug Administration is soliciting quotes for a High Speed Video Camera Recording System. Any award(s) resulting from this solicitation is contingent on the availability of funds within the 2011 Fiscal Year. Quotes shall be valid thru September 30, 2011. Item #1 High Speed Video Camera Recording System with Integrated Signal Recording Performance Specification Requirements:  Light Sensitivity - for use in microscope systems and other low light environments, the ISO (International Standards Organization) sensitivity must exceed 30,000 at a Signal-to-Noise (SNR) ratio of 40  Capture Rate - at a resolution of 1024 x 1024 pixels, the camera must be able to capture at up to 2,000 frames per second  Image Bit Depth - each pixel must be at least 12-bits.  The recording system must be able to convert analog signals to digital voltages from at least eight different sensors at a rate greater than 200 kHz, and record them and play them back in synchronization with the recorded video images  The video system must support continuous NTSC video output during the recording  Computer Interface - the recording system must include an integrated laptop computer to control the camera and synchronized signal recording, to perform data management, and for post-processing analysis  The camera must include at least 4 GB of built-in memory to rapidly capture and temporarily store video data  The camera must be able to accommodate lenses of the C-mount (threaded) and F-mount (Nikon) variety to be consistent with other equipment in the laboratory  A high-speed Nikon-compatible camera lens (105 mm with f/2.8 or faster) capable of macro-photography should be included  A pair of light emitting diode (LED) lights and flexible holders for subject illumination should be included with each capable of providing light output at 24 inches of at least 7,000 Lux  Power requirements for all system components - 120 V, 50/60 Hz for use in the United States  The instrument (i.e. high speed camera system with integrated signal recording) must be a stand-alone device and not require any other equipment besides a lap top computer  One day of on-site training by the supplier in the operation of the equipment should be included in the purchase Quantity: 1 (one) Unit Price: ___________________ Extended Price: _______________ Make: _______________________ Model: ______________________ Part Number: ________________ FOB Destination - U.S. Food and Drug Administration, White Oak Campus, 10903 New Hampshire Ave., Silver Springs, MD 20993. Contract Type - Commercial Item - Firm fixed price. Simplified procurement procedures will be utilized. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. 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. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. 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 the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the items offered to meet the Government's requirement. (ii) Price. The government will award the purchase order to the lowest price technically acceptable quote. Technical acceptability will be determined by review of information submitted by the quoter which must provide a description in sufficient detail to show that the product/service quoted meets the Government's requirement. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. Quotes shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The Provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certification electronically at http://orca.bpn.gov. 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. 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: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 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.arnet.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. A standard commercial warranty on parts and workmanship is required. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1089288/listing.html)
 
Place of Performance
Address: U.S. Food and Drug Administration, White Oak Campus, 10903 New Hampshire Ave., Silver Springs, Maryland, 20993, United States
Zip Code: 20993
 
Record
SN02469806-W 20110612/110610235151-cd508f844e24ffbee39f35fa26ede486 (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.