Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2012 FBO #3921
SOLICITATION NOTICE

J -- Brand namd or equal Photometrics Evolve 512 Digital Monochrome Camera

Notice Date
8/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Blvd., EPS Suite 600, Rockville, Maryland, 20852
 
ZIP Code
20852
 
Solicitation Number
RFQ-NCI-120174-EB
 
Archive Date
9/15/2012
 
Point of Contact
Erin M. Breedlove, Phone: 301-402-4509, Caren N Rasmussen, Phone: (301) 402-4509
 
E-Mail Address
breeerin@mail.nih.gov, cr214i@nih.gov
(breeerin@mail.nih.gov, cr214i@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Boulevard, EPS Suite 600, Room 6074, Rockville, MD 20852, UNITED STATES. Description The National Cancer Institute requires a Brand name or equal Photometrics Evolve 512 Digital Monochrome Camera with the following salient characteristics. This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. This solicitation/request for quote: No. RFQ-NCI-120174-EB includes all applicable provisions and clauses in effect through FAC 2005-53 (August 4, 2011) simplified procedures for commercial items. The North American Industry Classification Code is 334516 and the business size standard is 500 employees. The Brand name Photometrics Evolve 512 cameras will be integral parts of two optical systems in the Systems Biology of Gene Expression (SBGE) Section in the Laboratory of Receptor Biology and Gene Expression designed to interrogate gene expression at the single-molecule level in living cells. As such, the microscopes must be sensitive enough to detect single photons from biological samples in the visible and infrared regions of the electromagnetic spectrum. The cameras must be compatible with the Zeiss AxioObserver microscope stand, and the cameras must be controllable through the µ-manager software platform (http://valelab.ucsf.edu/~MM/MMwiki/). The cameras must have a frame rate of > 33 frames/s. They must have the capability to reject spurious electron multiplication events, because such events lead to systematic bias in single-molecule data. The electron multiplying gain must have an easy to use calibration. There must be technical support which is readily accessible in a timely and convenient manner. Finally, the cameras should be compatible with existing microscopes in the NCI Microscopy Core Facility. REQUIRED COMPONENTS: 1. The cameras must have electron-multiplying detection for the detection and visualization of single fluorophores. 2. The cameras must be at least 512x512 pixels, back-illuminated, and utilize frame transfer technology. 3. The cameras must have cooling down to -85 ºC with air and -100 ºC with water. 4. The readout frequency of the cameras should be 10 MHz in electron-multiplying mode and 5 MHz in normal mode, resulting in a frame rate of > 33 full frames/s. 5. The read noise should be less than 13 e- in 5 MHz normal mode. 6. The readout of image intensities should be in a standardized unit of measurement such as that provided by the Quant-ViewTM system. 7. The cameras must possess real-time removal of spurious events caused by electron multiplication technology. This capability is representative of the ability to do advanced real-time filtering for image data. 8. The cameras should be capable of accurate EM calibration in less than 3 min using an internal light source. 9. There should be less than 5% deviation in field uniformity at 10 MHz readout speed. BASIS FOR AWARD: Offerors must provide descriptive literature or other materials that demonstrate their offer meets the forgoing requirements. The contract will be awarded to the responsible offeror with the lowest price offer that fully meets the requirements of the solicitation. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR clause 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (June 2008); FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- (May 2011) FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (June 2010); FAR Clause 52.212-5: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (August 2011). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition: 52.219-6 Notice of Total Small Business Set-Aside (June 2003) 52.219-28 Post Award Small Business Program Representation (April 2009) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010) 52.222-21 Prohibition of Segregated Facilities (February 1999) 52.222-26 Equal Opportunity (March 2007) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (August 2011) 52.225-3 Buy-American Act - Free Trade Agreements - Israeli Trade Act (June 2009) Alternate II (January 2004) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (October 2003) Provisions and clauses that apply to this Request for Quote may be downloaded from http://acquisition.gov/comp/far/index.html OFFERORS: The technical and price quotation shall be submitted with a completed Standard Form 18. Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror's Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA). PLEASE NOTE: In order to receive an award, contractor must be registered in and have valid certifications in the Central Contractor Registration (CCR) (http://www.ccr.gov) and the Online Representations and Certifications Application (ORCA) (http://orca.bpn.gov). Quotations must be received in the NCI Office of Acquisitions by 11:00 a.m.EST on 8/31/2012. Please refer to solicitation number RFQ-NCI-120174-EB on all correspondence. No collect calls will be accepted. Faxed or electronic mail quotations will NOT be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/RFQ-NCI-120174-EB/listing.html)
 
Record
SN02845570-W 20120819/120818000850-c71bf88d13cbf07e2987e11c108366ee (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.