Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 28,1997 PSA#1896

DHHS, PHS, CDC, NIOSH, ALOSH, 1095 Willowdale Rd., Morgantown, WV 26505-2888

66 -- ANALYTICAL TRANSMISSION ELECTRON MICROSCOPE SOL 97-022 DUE 081997 POC Brenda Goodwin, (304) 285-5882/ Rex S. Wolfe, Jr. (304) 285-5883 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; BIDS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is issued as Request for Proposal No. 97-022. This procurement is being issued unrestricted. The Standard Industrial Classification is 3826 with a size standard of 500 employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-46. Furnish and install at the National Institute for Occupational Safety and Health (NIOSH), 1095 Wilowdale Road, Morgantown, WV one each of the following four Contract Line Items (CLINs) (001) Analytical Transmission Electron Microscope; (002) Scanning Image Observation Device (ASID); (003) TV System Configuration, and (004) Cryo Transfer Holder. Vendors shall also price the following Line Item: (005) trade-in of existing Transmission Electron Microscope (JEOL JM-100CX). Specifications: (001) Electron Microscope, 120 kv accelerating voltage, electron gun assembly with LaB6 (Lanthanum hexaboride) filament; internal microprocessor for storage of customized information on operating conditions; high contrast objective lens; guaranteed resolution of 0.2 nm line, 0.3-0.4 nm point to point; goniometer with motorization and computer- control of all five axes, with ability to automatically reposition specimen; specimen holder with mechanism to reinsert specimens accurately; objective aperture with three aperture positions; beam stopper; film desiccator; air compressor; anti-contamination device; water recirculator/cooler; automatic exposure system with average or spot exposure meter; data recording on negatives, including magnification, scale, exposure number, and user label; automatic sheet film camera, with cassettes and light-tight loading and receiving boxes; fully automatic vacuum system with gauge; operators chair; installation and proof of resolution guaranteed in our laboratory; one year all parts and labor warranty (beginning with our first use of the instrument); on-site user training for up to 6 persons; and one set of operator's manuals. (002) Scanning Image Observation Device (ASID) that includes all equipment needed to observe secondary electron images (SEI) and scanning transmission images (STEM). (003) TV System Configuration, with a high definition camera system for monitoring transmission electron microscopy images on a TV screen, including a 12-bit cooled charge-coupled device (CCD) camera, high definition 1536 X 1024 pixel images, images stored in 8 or 16 bit TIFF format, interface with Windows 95, custom software for camera control, live background correction, zip drive, Pentium 166MHz, 32 MB RAM, CD ROM, 17" VGA monitor, installation, and training. (004) Cryo Transfer Holder for imaging of frozen specimens at low temperature, with an efficient anti-contamination device toprevent ice contamination on the specimen. (005) Trade-In of JEOL JEM 100-CX TEM: To make room for the new microscope, the current microscope needs to be removed. This offer should include discount for trade-in value of JEOL JEM 100-CX, with the vendor to disassemble and remove the microscope. FAR Clause 52.211-9 "Desired and Required Time of Delivery" applies to this solicitation. The Government desires delivery of all CLINs within 20 weeks after receipt of contract. If an offeror is unable to meet the desired schedule, it may without prejudicing evaluation of its offer, propose a different delivery schedule provided it does not extend beyond the Government's required schedule as follows: 180 days after award of contract. Evaluation Factors: Offers will be evaluated for technical compliance with the stated specification. Offers shall be proposed based on F.O.B. Destination (Morgantown, West Virginia) and the requirements at FAR 52.214.21 "Descriptive Literature" apply. Information provided must demonstrate the unit's ability to meet the specification or your offer may be rejected. The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-4, Contract Terms and Conditions -- Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. Additionally, the following FAR clauses cited in Clause 52.212-5 are also applicable to this acquisition as follows: 52.203-6 "Restrictions on Subcontractor Sales to the Government, With Alternate I"; 52.203-10 "Price or Fee Adjustment for Illegal or Improper Activity", 52.219- 8 "Utilization of Small Business Concerns and Small Disadvantaged Concerns; 52.222.26 "Equal Opportunity"; 52.222-35 "Affirmative Action for Special Disabled and Vietnam Era Veterans"; 52.222-36 "Affirmative Action for Handicapped Workers"; 52.222-37 "Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era"; 52.225-3 "Buy American Act -- Supplies"; 52.225-18 "European Community Sanctions for End Products." Offers are due August 19, 1997, 2:00 p.m. local prevailing time. Submit the following to DHHS, PHS, CDC, NIOSH, ALOSH, Attn: Brenda Goodwin, 1095 Willowdale Road, Morgantown, WV 26505: (1) original and three copies of a completed SF 1449, signed by an individual authorized to bind the organization; (2) Schedule of Offered Supplies/Services containing pricing of Contract Line Items (CLINs) 001 through 005 and published price lists (if available); (3) completed Representations and Certifications -- Commercial Items, FAR 52.212-3; (4) descriptive literature, tables, etc. which demonstrate compliance with specifications for evaluation purposes; and (5) acknowledgment of solicitation amendments, if any. Facsimile Bids are not authorized. Offers that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Award of a one firm fixed-price contract is anticipated. Information regarding this notice can be obtained from Brenda Goodwin at (304)285-5882 or by fax at (304) 285-6083. All responsible sources may submit a response, which shall be considered by the Agency. (0205)

Loren Data Corp. http://www.ld.com (SYN# 0487 19970728\66-0017.SOL)


66 - Instruments and Laboratory Equipment Index Page