Federal Bid

Last Updated on 13 Oct 2007 at 4 AM
Combined Synopsis/Solicitation
Beltsville Maryland

67 -- Bottom Mount TEM CCD Camera System

Solicitation ID Reference-Number-107785-GB
Posted Date 20 Sep 2007 at 4 AM
Archive Date 13 Oct 2007 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Usda Aphis Mrpbs
Agency Department Of Agriculture
Location Beltsville Maryland United states 20705
The United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), Plant Protection Quarantine , Beltsville, MD has a requirement for 1 (one) high quality, charge-coupled device (CCD) camera system compatible with a bottom port of a model JEOL-100 transmission electron microscope (TEM). This system is required for research quality digital images around 2K x 2K pixel resolution. The camera system, when mounted on the electron microscope, will be used to obtain low magnification (3,000-10,000X) as well as high magnification (50,000-100.000X) images of agricultural materials in high-contrast samples prepared by negative staining, thin sectioning of embedded samples and rotary shadowing. The camera system when installed on the JEOL-100 electron microscope will be used to provide USDA scientists with a record through photographs of the pathogens, particles and structures they observe with the electron microscope in extracts from imported plant materials. A Fixed-Price purchase order will result. F.O.B, destination, Beltsville, MD. Small Business set-aside under NAICS Code 334119 with a size standard of 1,000. QUOTATIONS ARE DUE September 26, 2007 by 10:00 AM, CENTRAL TIME. Submit written to the Purchasing Section by fax to (612) 370-2136 Attention Gloria Benson. (i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial supplies prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; quotations are being requested and a written solicitation will not be issued. (ii) The reference number for this effort is 107785-GB and is issued as a request for quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed at http://farsite.hill.af.mil/cffara.htm. (iv) It is anticipated that a single award will be made. This is a 100% small business set-aside. The associated NAICS code for this effort is 334119 and the small business size standard is 1,000. (v) SCHEDULE OF ITEMS ? The products to be provided under this contract will consist of the following: Furnish and deliver One (1) Bottom mount Digital TEM CCD camera system compatible with a Model JEOL-100 electron microscope including TEM interface, lens, high speed host computer with XP operating system compatible with Microsoft Windows, LCD monitor, printer, acquisition hardware and software, installation and training. Price includes all equipment, accessories, discounts, training, warranty, services, and transportation. Your offer shall include pricing in accordance with the SCHEDULE OF ITEMS identified above. (vi) GENERAL REQUIREMENTS OF THE DIGITAL TEM CCD CAMERA SYSTEM ARE ? 1) Designed to fit into a standard bottom camera port below the viewing chamber of a model JEOL-100 transmission electron microscope 2) Incorporates a lens-coupled high resolution phosphor for imaging at accelerating voltages of 80-100 KV using conventional, thin agricultural samples with medium to high contrast 3) Incorporates a low dark current or Peltier-cooled, high resolution CCD (>2K x 2K pixels 1) with dynamic range greater than 8 bit, capable of producing research quality images at low << 5000x), moderate (50,000x) and high (100,000x) instrumental magnifications 4) Include additional digital image interface and acquisition hardware and software for viewing live images, acquiring, basic image processing and storing images in digital format 5) Include a high speed host computer with a XP operating system and LCD monitor, medium to large GB capacity RAM and hard drive and high performance CD-RW drive or other mechanisms to archive digital image data rapidly 6) Include Glass scintillator plate to be installed in existing TEM, will measure 100mm x 100mm and will be mounted in the TEM film chamber at the same elevation as the film transport assembly. 7) Scintillator will generate a field of view 100-150% of film image so all particles and structures are recorded. Include transfer of the camera system to a different brand and/or model microscope at a cost not exceeding 35% of a new system list price. Include future trade-in and/or upgrade possibility. Companies with a demonstrative capability of providing this equipment must submit a descriptive statement, including descriptive literature specifically addressing the equipment and all components required in the specifications as well as availability. Provide technical information about the product you propose so that a technical determination can be made in the review process. Failure to provide the requested information and literature of the product may result in your proposal being excluded from consideration for award. All offerors are to extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Contractor will provide on delivery, all operations, repair, maintenance manuals, training and service instruction documentation. (vii) Delivery and acceptance of deliverables will be FOB destination to Beltsville, Maryland (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. (ix) The provision at 52.212-2, Evaluation - Commercial Items, applies to this solicitation. The following text is added to paragraph (a) of the FAR 52.212-2: (i) technical capability of the item offered to meet the Government requirement (ii) past performance; and (iii) price. Technical and past performance, when combined, are equally important when compared to price. Offerors with no past performance will be rated neutral. A competitive firm-fixed price award will be made to the responsible firm with the best value quote trading off expected value against probable costs. The product at a minimum must meet or exceed the technical specifications. Technical acceptability is on both a poor/good/excellent and pass/fail ratings. Evaluation of Technical Capability will be based on technical features, descriptive statement and product literature. Each offeror is required to submit warranty information, descriptive literature or other documentation, and show how the offered product meets or exceeds the requirements as specified in the specifications. Merits of offer will be rated on a pass/fail basis based on compliance with the following: All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all equipment, components and availability 2) An original and one (1) copy of the technical description, descriptive statement and descriptive literature on the proposed equipment offered; 3) A copy of the commercial warranty on product(s) offered; and 4) An original and one (1) copy of the most recent price list(s) ; 5) A completed copy of Offeror Representations and Certifications or (k) FAR 52.212-3; (6) Registered in CCR. Award may be made without discussions, however; USDA reserves the right to conduct discussions later if determined necessary by the contracting officer. (x) The provision at 52.212-3, Offeror Representations and Certiffications ? Commercial Items, applies to this solicitation. An offeror shall complete only paragraph (k) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (j) of this provision. (xi) Applicable FAR clauses are incorporated by reference: Contract Terms and Conditions ? Commercial Items - 52.212-4; (xii) The following clauses applies to this acquisition: Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items 52.212-5; 52.225-3 and 52.225-3 Alt 1, Buy American Act-Free Trade Agreements-Israeli Trade Act; Prohibition of Segregated Facilities 52.222-21; Equal Opportunity 52.222-26; Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-35; Affirmative Action for Workers with Disabilities 52.222-36; Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-37; Installment Payments on Commercial Items 52.232-30; Payment by Electronic Funds Transfer-Central Contractor Registration 52.232-33; Central Contractor Registration 52.204-7. All responsible sources may submit a quotation for consideration. (xiii) To be awarded this Purchase order, the offeror must be registered in the Central Contractor Registration (CCR). CCR information is found at http://www.ccr.gov. The following clauses identified at paragraph b of the clause are considered checked and is applicable to this acquisition. 52.203-3 Gratuities (xiv) The Defense Priorities and Allocations Systems (DPAS) is not applicable to this acquisition (xv) Numbered notes not applicable (xvi) QUOTATIONS ARE DUE September 26, 2007 by 10:00 AM, CENTRAL TIME. Submit written quote to the Purchasing Section by fax to (612) 370-2136 Attention Gloria Benson. All offers shall be signed, and include the following information: Company Name _________________________________________________ Address_________________________________________________________ Contact Person ___________________________________________________ Phone Number ____________________________________________________ DUNS # _________________________________________________________ Tax I.D __________________________________________________________
Bid Protests Not Available

Similar Past Bids

Location Unknown 24 Aug 2012 at 9 PM
Location Unknown 10 Aug 2012 at 4 PM
Glenside Pennsylvania 23 Aug 2007 at 4 AM
Location Unknown 28 Sep 2010 at 2 PM
Center Kentucky 09 Aug 2017 at 1 PM

Similar Opportunities

Pennsylvania 01 Aug 2025 at 4 AM (estimated)
Pennsylvania 01 Aug 2025 at 4 AM (estimated)
Arnold air force base Tennessee 18 Jul 2025 at 6 PM
Arnold air force base Tennessee 20 Jul 2025 at 3 PM
Arnold air force base Tennessee 18 Jul 2025 at 3 PM