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