SOLICITATION NOTICE
66 -- Cairn Research OptoScan Monochromator (BRAND NAME OR EQUAL)
- Notice Date
- 9/14/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- NHLBI-CSB-DE-2015-253-KEW
- Archive Date
- 10/3/2015
- Point of Contact
- Kyle Wisor, Phone: 3014023670, Rashida Ferebee,
- E-Mail Address
-
Kyle.Wisor@nih.gov,
(Kyle.Wisor@nih.gov, ontract)
- Small Business Set-Aside
- N/A
- Description
- (1) Action Code: Combined Synopsis/Solicitation (2) Date: September 14th, 2015 (3) Year: 2015 (4) Contracting Office Zip Code: 20892 (5) Classification Code: 6640 (6) Contracting Office Address: 6701 Rockledge Drive Rockledge II Bethesda, MD 20892 (7) Subject/Title: Cairn Research OptoScan Monochromator (BRAND NAME OR EQUAL) (8) Proposed Solicitation Number: NHLBI-CSB-DE-2015-253-KEW (9) Closing Response Date: September 18th, 2015 (10) Contact Point: Kyle Wisor, Contract Specialist (11) Contract Award and Solicitation Number: TBD (12) Contract Award Dollar Amount: UKN (13) Contract Line Item Number(s): Line Item 1: Cairn Research Optoscan Monochromator; Line Item 2: Shipping (14) Contractor Award Date: September 30th, 2015 (15) Contractor Name: TBD (16) Description: The National Institute of Dental and Craniofacial Research (NIDCR), The Secretory Mechanisms & Dysfunction Section (SMDS) is focused in identifying the ion transport pathways involved in fluid secretion by the major salivary glands. Most of the sections functional experiments are performed on isolated salivary gland cells, in which the section directly assesses the activity of ion channels and transporters expressed in salivary glands by measuring ion currents and/or changes in intracellular ion concentration using fluorescent ion-sensitive probes. In order to measure rapid changes in fluorescence intensities associated with ion-selective probes (millisecond-second range), a monochromator-based system is required. (i) "This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued." (ii) The solicitation number is NHLBI-CSB-DE-2015-253-KEW and the solicitation is issued as a request for quote (RFQ). (iii) The solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 effective 03 SEP 2015. (iv) The associated NAICS code is 333314, OPTICAL INSTRUMENT AND LENS MANUFACTURING, and the small business size standard is 500 Employees. The acquisition is being conducted in accordance with the procedures of FAR Part 12 and FAR Part 13. (v) The Contractor Requirements are listed below: (vi) The Contractor Shall Provide (BRAND NAME OR EQUAL): 1. Product Name/Number: Cairn Research Optoscan - Variable SLIT Rev NS U/M EA; Quantity: 2; • High stability Optosource arc lamphouse with variable • power supply with ultrastable, long like 75W Xenon lamp • Optical configuration - enhanced Czerny Turner configuration with fast F/2 light collection and off-axis parabolic mirrors • 1200 line ruled grating blazed for UV/visible - 100 - 800 nm with 0.5 nm resolution @1.5 nm accuracy • Bandwidth resolution - 0-30nm specified with 0.1nm resolution @ ±0.2nm accuracy • Wavelength switching - 200nm transition <1.5ms, 50nm transitions in <1ms • Bandpass switching - Typical transition times of <1.5ms for both input and exit slits • Digital shuttering (TTL) - Typically <2ms depending on bandpass • Controller for TTL/Analog • Light guide output • Compatible with Imaging Workbench 6.1 software by INDEC Biosystems (vii) Date of Delivery: TBD Place of Delivery: National Institute of Health, NIDCR 10 Center Drive Building 10, Room 5N106 Bethesda, MD 20892 (viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, is applicable. 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: Contract award shall be made to the responsible Offeror whose offer, in conforming to this RFQ, provides the overall best value to the Government, technical evaluation factors, and cost considered. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable cost. Technical evaluation factors are more important than cost. Total points: 100 1: Technical Evaluation Factors (90 points) • The contractor will be evaluated on their quote providing the BRAND NAME OR EQUAL Cairn Research Optoscan Monochromator to the below specifications: (50 points) • High stability Optosource arc lamphouse with variable • power supply with ultrastable, long like 75W Xenon lamp • Optical configuration - enhanced Czerny Turner configuration with fast F/2 light collection and off-axis parabolic mirrors • 1200 line ruled grating blazed for UV/visible - 100 - 800 nm with 0.5 nm resolution @1.5 nm accuracy • Bandwidth resolution - 0-30nm specified with 0.1nm resolution @ ±0.2nm accuracy • Wavelength switching - 200nm transition <1.5ms, 50nm transitions in <1ms • Bandpass switching - Typical transition times of <1.5ms for both input and exit slits • Digital shuttering (TTL) - Typically <2ms depending on bandpass • Controller for TTL/Analog • Light guide output • Compatible with Imaging Workbench 6.1 software by INDEC Biosystems: (40 points) 2: Price (10 points) • Best Value (x) FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is applicable. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (p) of this provision. (xi) FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Including the following clauses and Prohibitions: i. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011) ii. 52.225-13, Restrictions on Certain Foreign Purchases iii. 52.244-6, Subcontracts for Commercial Items iv. 52.2232-39, Unenforceability of Unauthorized Obligations v. 52.222-3, Convict Labor vi. 52.222-19, Child Labor--Cooperation with Authorities and Remedies vii. 52.222-26, Equal Opportunity viii. 52.222-50 Combating Trafficking in Persons ix. 52.232-33, Payment by Electronic Funds Transfer-System for Award Management x. 52.222-21, Prohibition of Segregated Facilities xi. 52.211-6 -- Brand Name or Equal (xiii) Additional Contract Requirements: None (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable. (xv) All responses must be received by September 18th, 2015 at 9:00 AM and must reference number NHLBI-CSB-DE-2015-253-KEW. Responses may be submitted electronically to Kyle.Wisor@nih.gov or by U.S. mail to the National Heart, Lung, and Blood Institute, Office of Acquisitions, COAC Services Branch, 6701 Rockledge Drive, Suite 6150B, Bethesda, MD 20892-7902, Attention: Kyle Wisor. Phone: 301-402-3670; Fax responses will not be accepted
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-DE-2015-253-KEW/listing.html)
- Place of Performance
- Address: National Institute of Health, NIDCR, 30 Convent Drive, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03885963-W 20150916/150915000835-e1ba154e0c55e365d8cf45fb84a4da77 (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 |