|
COMMERCE BUSINESS DAILY ISSUE OF JULY 28,1997 PSA#1896DHHS, PHS, CDC, NIOSH, ALOSH, 1095 Willowdale Rd., Morgantown, WV
26505-2888 66 -- 66WSCANNING ELECTRON MICROSCOPE; WATER RECIRCULATOR; DIGITAL
SCAN/IMAGING SYSTEM; STAGE ACCESSORIES; AND IMAGING ACCESSORIES SOL
97-017 DUE 082097 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. 97-017. 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
Contract Line Items (001) Scanning Electron Microscope; (002)
Closed-loop water recirculator; (003) Digital Scan/Imaging System; (004
a-d) Stage Accessories and (005 a-c) Imaging Accessories in accordance
with the following Specifications: (001) Scanning electron
microscopewith 5.5 nm resolution of the backscattered electron image,
4.0 nm resolution of the secondary electron image; microprocessor
controlled functions, including vacuum sequence, column parameter
look-up-table memory, auto focus, auto stigmation, auto contrast and
brightness, auto photo, auto data recording, and auto mag correction;
electron gun assembly with pre-centered filament; electron optical
system with a two stage condenser lens, single stage objective lens,
objective lens aperture with external position adjustment, and 8 pole
X-Y stigmator; scanning system with a magnification range of 15X to
200,000X, full frame and selected area raster, and line scanning and
wave-form monitor; expansion rack for attachments; all associated power
supplies; installation and proof of resolution guaranteed in our
laboratory; one year all parts and labor warranty; user training; set
of operator's manuals. (002) Closed-loop water recirculator with a
water-to-heat exchanger, tocool the diffusion pump system, objective
lens and power supply electronics. (003) Digital scan/imaging system to
acquire digital information from the scanning electron microscope,
which includes a digital scan generator capable of acquiring images at
a resolution of 1280 x 960 pixels and 256 grey levels; an archiving
system and session manager; 166MHz Pentium computer with 16MB RAM, SVGA
color Monitor, and 1GB hard disk. (004 a-d) Stage Accessories,
including (a) an airlock chamber for rapid exchange of samples; (b)
interface kit for the airlock chamber; (c) raster rotation device, and
(d) a specimen holder to allow integrated circuit and voltage contrast
signal observation. (005) Imaging Accessories, including (a) a high
speed backscatter electron detector to allow observation of
compositional, topographical and shadowing backscattered electron
images at all scan rates, including TV; (b) an electromotive force
amplifier, to display integrated circuit or voltage contrast signal;
and (c) an image mode selector for 7 different signals. "Time of
Delivery" The Government desires delivery of all items 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 clearly 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 20, 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, published price lists (if available) and delivery
schedule; (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# 0488 19970728\66-0018.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|