Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2011 FBO #3548
SOLICITATION NOTICE

66 -- Microflow Imager

Notice Date
8/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, Bldg 50 Room 422, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
1088768
 
Archive Date
9/7/2011
 
Point of Contact
Marcia O Park, Phone: (870) 543-7405
 
E-Mail Address
marcia.park@fda.hhs.gov
(marcia.park@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 format in FAR Subpart 12.6, in conjunction with FAR Part 13.5, as applicable and 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 solicitation number is 1088768. This solicitation is issued as a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 dated August 4, 2011. This acquisition is set aside for small businesses under the authority of FAR 6.302-1. The appropriate NAICS code for this acquisition is 333314 - Optical Instruments and Lens Manufacturing with a small business size standard of 500 employees The purchase order awarded as a result of this RFQ shall be firm fixed price, FOB destination. No advance payments are authorized. The Government will award a purchase order to the lowest priced technically acceptable offeror. The burden of demonstrating technical acceptability rests with the offeror. The Food and Drug Administration requires a Flow Microscope System to include startup consumables and 60 day technical support to be delivered and installed in Bethesda, Maryland, to include the following specifications:. Shall include flow microscope, at least 1 flow cell, operating software, analysis software, certified particle standards and start up consumables. Shall perform consistently over 1-70 um size range without instrument adjustment. Sizing accuracy shall be at least + or - 5% for particles > or equal to 5 um or -0.5 um for particles < 5 um. Sizing repeatability at um protein standard shall be at least + or - 5% RSD. Concentration accuracy of 5 um protein standard shall be at least + or - 10%. Instrument shall be easy to use; ease of use should include software-controlled focusing, stable optimized optical configuration, ability to view results immediately potential for automated analysis.. Minimal volume needed for application shall be 0.5 ml or less. Sampling efficiency shall be > 85% over complete instrument range. Size resolution shall be 0.25 um or less. Camera pixel density of 1280 x 1024 or greater; 10-bit grey-scale resolution or greater. Data shall have capacity to export to Excel. Analysis shall include automated as well as user-defined parameters of size and morphology. Software shall have the ability to automatically execute pattern matching functions during change acquisition and provide a particle count and percent by type. Components shall be installed to meet specifications. On-site training shall be complete within 6 weeks of instrument delivery. Shall include 1 year extended warranty for all components and software. The provision at FAR 52.212-3 Offer Representations and Certifications - Commercial Items, applies to this acquisition. The offeror shall complete only paragraph (b) if applicable, of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. The clause at 52.214-5, 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 clause in this clause are applicable: 52.222-50 Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104 g)) 52.233-3 Protest After Award (AUG 1996) (31 U.S.C. 3553) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L 108-77, 108-78) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) (E.O 11246) 52.222-36 Affirmative Action for Workers With Disabilities (SEP 2010) (29 U.S.C. 793) 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act (JUN 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112, note 19 U.S.C. 3805 note, Pub. L 108-77, 108-78, 108-286, 108-302, 109-302, 109-53, 109-283, and 110-138) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of the Foreign Assets Control of the Department of the Treasury) 52.232-33 Payment by Electronic Funds Transfer - Central Contract Registration (OCT 2003) (31 U.S.C. 3332) 52.232-34 Payment by Electronic Funds Transfer - Other Than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332) Clauses and Provisions can be obtained by accessing http://www.acquisitions.gov. CCR Requirement - Company must be registered in the Central Contractor Registration (CCR) System before an award can be made. If company is not registered in CCR, they may do so by going to the CCR web site at http://www.ccr.gov. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. Offerors that fail to complete the required representations and certifications, or reject the terms and conditions of the solicitation may be excluded from consideration. An official authorized to bind the offeror must sign the terms and conditions of the offer. All responsible sources may submit an offer which if timely received, shall be considered. The offer must reference number solicitation 1088768. The RFQ is due in person, by postal mail, fax or email to the point of contact listed below on or before close of business on August 23, 2011, in Jefferson, AR 72079-9502. Questions regarding this posting shall be submitted via email no later than 1:00 P.M. CDT on August 19, 2011. For information regarding this RFQ, please contact Marcia Park at 870/543-7405 voice, 870/543-7990 fax or email to marcia.park@fda.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1088768/listing.html)
 
Place of Performance
Address: 8800 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02528775-W 20110812/110810235327-610f649192bcf85cfe2ac6141b63d461 (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.